Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2014 FBO #4765
SOURCES SOUGHT

D -- DISA Analytics Capabilities - Cyber Analytics Sources Sought

Notice Date
12/9/2014
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
PL83110051
 
Archive Date
1/24/2015
 
Point of Contact
Tina M. Voss, Phone: 6182299266, Anne K Keller, Phone: 618-229-9504
 
E-Mail Address
tina.m.voss.civ@mail.mil, anne.k.keller.civ@mail.mil
(tina.m.voss.civ@mail.mil, anne.k.keller.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Cyber Analytics Sources Sought Sources Sought Announcement for Defense Information Systems Agency (DISA) Program Executive Office - Mission Assurance and Network Operations (PEO-MA) DISA Analytics Capabilities CONTRACTING OFFICE ADDRESS: DISA Procurement Directorate (PLD83), Defense Information Technology Contracting Organization (DITCO) - Scott, 2300 East Drive, Scott AFB, IL, 62225-5406. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of both large and small businesses (including HUBZone firms; Certified 8(a) small businesses, Service-Disabled Veteran-Owned Small Businesses and Woman-Owned Small Businesses) to provide the required products and/or services. DISA PEO-MA is seeking information for potential sources with competencies in the following two areas: (1) engineering and development services to support cyber analytic development for DISA and the Department of Defense (DoD) on DISA's Cyber Situational Awareness Analytic Cloud (CSAAC), and/or (2) a Commercial Off the Shelf (COTS) product or suite of products to stage data for rapid presentation to external users (both human and machine) and to enable users to tailor visualizations of analyzed data. These tools are commonly known as Business Intelligence (BI) tools. These analytics and BI capabilities will be deployed alongside other third party analytics from Federal and DoD Services and Agencies in order to support increased situational awareness and computer network defensive capabilities for a variety of stakeholders. The vendor will be required to provide analytics and visualization widget (either BI or Ozone Widget, as required) engineering, BI licensing and BI integration, certification and accreditation, and program management/administrative support closely integrated with cutting-edge research and development capabilities. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS, AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-08-D-2015-0005 Contract Type: FFP, CPFF Incumbent and their size: ManTech International Corporation (Large) Method of previous acquisition: Full and open competition Contract Number: HC1028-13-A-0013-0004 Contract Type: FFP Incumbent and their size: Foxhole Technology (Small) Method of previous acquisition: Full and open competition The current efforts provide a NetOps architecture and implementation strategy for a unified and highly secure management environment that results in the creation of new, and improvement of existing, Situational Awareness (SA) capabilities that cross organizational and system boundaries for the Warfighter, both internally within DISA and externally across the DoD. CSAAC provides shared SA of DoD Information Network (DODIN) system, network and information availability. The primary purpose is to enhance knowledge of the DODIN and to improve the quality and timeliness of collaborative decision-making regarding the employment, protection and defense of the DODIN. To be useful, much of this DODIN SA must be available and shared in near real-time by the relevant decision-makers. DISA is to comply with USSTRATCOM and USCYBERCOM in their vision to lead an adaptive force that assures the availability, delivery and protection of the DODIN. Anticipated Period of Performance: 1-year base period plus four 1-year option periods -- August 2015 - July 2020 Place of Performance: Contractor's facility REQUIRED CAPABILITIES: Overview: The Government requires development and sustainment for DISA and the DoD of the analytics which are delivered through DISA's CSAAC. CSAAC includes a big data analytics platform for use by DoD Combatant Commanders, Services, and Agencies (CC/S/As) to support increased situational awareness and computer network defensive capabilities of the DODIN). It utilizes an Accumulo big table data store along with various non-cloud and cloud-based applications and widgets to analyze and report on data it ingests from tools that operate, manage, and defend the DODIN. CSAAC is currently deployed on several security domains to analyze both organic DISA data as well as that from instances of the Joint Regional Security Stack (JRSS) component of the Joint Information Environment (JIE) Management System (JMS). It comprises integrated software components developed by the National Security Agency (NSA), DISA, and the Army. Architecture Overview: Scope: This program supports the BI tool licensing and integration, programmatic support, engineering, development, and sustainment of analytics solutions that provide various capabilities to the entire DoD community including, but not limited to, Cyber Situational Awareness, Computer Network Defense, NetOps Health and Functionality, Critical Infrastructure Protection and decision support. It includes developing, testing, implementing, sustaining, and providing secure, interoperable solutions to be deployed on CSAAC. This objective will require varying levels of expertise, i.e., senior, intermediate, and associate-level front end, data engineers/scientists and software engineers, to develop analytics based on customer requirements. Furthermore, the contract will support requirements decomposition, testing/evaluation activities, certification and accreditation, policies/procedures, data management, and integration of third-party provided analytics. Additionally, this program supports the sustainment of currently deployed widgets and analytical capabilities, and the managing or supporting of various committees and working groups. SPECIAL REQUIREMENTS The security classification level expected for work performed under this requirement is at a minimum SECRET. Contractor personnel must be U.S. citizens and have active DoD SECRET clearances. A percentage of the personnel will require active DoD TOP SECRET and /or SCI clearances. The personnel that will need TS and/or SCI clearance will be identified. The contractor will be required to have an active facility clearance and physical access to DISA Fort Meade facility. Must be ISO 9001 certified. SOURCES SOUGHT: The anticipated North American Industry Classification System (NAICS) Codes for this requirement are 541519 or 541511 with the corresponding size standard of $27.5 million. In addition to large and small businesses, this synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, 8(a) Small Disadvantaged Small Businesses, and Small Business Teaming Partners. Please identify your company's category and list the contract vehicle(s) your services may be acquired through in your response. This information will also be used to assist DISA in establishing a basis for developing any subsequent potential subcontracting plan small business goal percentages. All interested vendors are requested to provide a written response to the questions below. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). REQUESTED INFORMATION: Interested vendors are requested to submit a statement, maximum of 10 pages, of their company's capabilities and expertise with respect to the following: 1) As it relates to Big Data Systems please describe your expertise with Hadoop, Hadoop Distributed File System (HDFS), Puppet, Ghost Machine, Intelligence Community GovCloud, Amazon Elastic Compute Cloud (EC2), Accumulo, Cloudera. 2) DISA ANALYTIC CLOUD enables a greater visibility into the NetOps/Computer Network Defense (CND) environment allowing critical decisions to be made based on a richer and broader set of information). Please describe your expertise with Storm, Rex, Accumulo, REDDISK, User-Centered Design (UCD), Discrete Packet Format (DPF), Scalable Resource Description Framework (RDF) Triple Store for the Clouds. 3) As it relates to big data, please describe your expertise in architecting and developing platforms and capabilities that ingest and analyze various data types such as ticketing data, account provisioning data, cyber security alerts, user directory records, system performance monitor data, Portable Document Format (PDF) and Rich Site Summary (RSS) reports, SCOM, and Sharepoint sources. 4) Describe your processes for integrating third party analytics/capabilities to include governance, requirements decomposition, baseline control, and change management. 5) As it relates to contract management and execution, please describe your ability to develop program strategies, roadmaps, and plan of actions and milestones. a. Managing and executing an agile Software Development Life Cycle (SDLC) and integrating third party teams into the lifecycle. b. Managing an analytics and widgets testing process for both internally and externally developed analytics and widgets. Describe your software development lifecycle process. c. Develop transition strategies for implementation of selected technologies and products into a production cloud environment including associated assessment reports, implementation plans and security policy and procedures. 6) As it relates to DoD and the Federal Agencies, please describe your knowledge of Defense Cyber Operations (DCO) and DoDIN Operations and datasets, Continuous Monitoring Risk Scoring (CMRS) data, Joint Regional Security Stack (JRSS) and its datasets, Acropolis. 7) As it relates to development, please describe your development methodology (e.g. Scrum, Extreme Programming). 8) To provide BI capabilities, please describe a tool, or suite of tools you would integrate with CSAAC and external human and machine users. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT January 9, 2015, 4:00 PM Eastern Daylight Time (EDT) to tina.m.voss.civ@mail.mil, Cidney.m.quenzel.civ@mail.mil and Diem.t.phan.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than 10 pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83110051/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03591060-W 20141211/141209234522-f8ef38d5a76a2945c294af82e798d6a8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.