SOURCES SOUGHT
70 -- Gotham/Falcon Licenses and Support - FALCON J&A
- Notice Date
- 12/31/2014
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-TC, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- 192115VHQ6ISI0005
- Archive Date
- 2/3/2015
- Point of Contact
- Rashida D. Webb, Phone: 2027322962, Mindy McDaniel, Phone: 202-732-2556
- E-Mail Address
-
Rashida.Webb@ice.dhs.gov, mindy.mcdaniel@ice.dhs.gov
(Rashida.Webb@ice.dhs.gov, mindy.mcdaniel@ice.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Justification for Other Than Full and Open Competition This acquisition will not be set aside for small business consideration. This acquisition is a sole source. This is a synopsis in accordance with the format in Subpart 5.207, for server core additions, perpetual licenses for Gotham/Falcon software, annual support and maintenance services, and development of new features and the additions of new data sets. The Period of Performance (POP) of this contract will entail the completion of the migration of Telecommunications Linking System (TLS) to FALCON. Additionally, the POP will entail the completion of significant enhancements and new features to FALCON-DARTTS. The base period and Option Years 1-2 of this contract will entail the integration of 15 other, smaller data sets. Executive Steering Committee will propose five outcomes at the beginning of each contract year. These five outcomes are Major System Changes which requires 24 server cores. These newly added data sets may reside within the ICE Big Data Environment or may be ingested within the FALCON system itself. Palantir Technologies will ensure that these data sets, if not directly ingested within the FALCON system, can be remotely accessed and searched by users of the FALCON system, and that end users will not experience any significant degradation of performance while searching/manipulating data accessed remotely versus searching/manipulating data ingested directly into the FALCON system. There will be approximately 15 additional data sets. The period of performance for this acquisition is one (1) 12-month base period with two (2) 12-month option periods. Base Period = 03/14/2015 - 03/13/2016 Option Period 1 = 03/14/2016 - 03/13/2017 Option Period 2 = 03/14/2017-03/13/2018 Option Period 3 = 03/14/2018 - 9/13/2018 All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by ICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-TC/192115VHQ6ISI0005/listing.html)
- Place of Performance
- Address: 801 I Street, NW, Washington, District of Columbia, 20536, United States
- Zip Code: 20536
- Zip Code: 20536
- Record
- SN03606970-W 20150102/141231233820-663dfd80b2dff414cf3c860ec931ffb3 (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 |