SOLICITATION NOTICE
R -- AISA Analytical Tool - PWS
- Notice Date
- 11/2/2015
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ0034-16-R-0140
- Archive Date
- 11/26/2015
- Point of Contact
- Jennifer M Mack, , Benjamin,
- E-Mail Address
-
jennifer.m.mack2.civ@mail.mil, Benjamin.T.Bryant13.civ@mail.mil
(jennifer.m.mack2.civ@mail.mil, Benjamin.T.Bryant13.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS The Department of Defense (DoD), Washington Headquarter Services, Acquisition Directorate, (WHS/AD) intends to award a sole sources contract to 540 Company, DUNS 07881284. This requirement is being conducted under the Simplified Acquisition Procedures, in accordance with FAR 13.106-1(b)(2) for purchases exceeding the simplified acquisition threshold. The requirements at FAR 13.501(a) apply to sole source (including brand-name) acquisitions of commercial items conducted pursuant to Subpart 13.5. The support services for Phase 2, Acquisition Intelligence Support Agreements (AISA) analytical tool shall help integrate information from the intelligence community into the acquisition process. The support services require the contractor to produce an AISA deployable Version 1 based on the proof of concept prototype developed in HQ0034-15-P-0154. Further, the contractor shall complete a feature and capability gap review which defines remaining capabilities required for Version 1 and for closing those gaps. Additionally, the contractor will work with the Government hosting and infrastructure teams to complete and execute information assurance steps and to execute a plan to deploy and maintain software. The contractor shall develop authentication and authorization strategies for AISA users on the SIPR network, and it shall finalize integration strategies for DAMIR, threat library integration and other integration points highlighted during the feature and capability gap review. The contractor shall set up, host and maintain a secure development and test environment in support of the AISA tool. Phase 2 is currently funded and there is intent to fund Phase 3 as well. WHS/AD is currently working on defining Phase 3 requirements. The draft Performance Work Statement (PWS) is attached. The Government anticipates a Firm Fixed Price Contract for a period of performance of 12 months. 540 Company has provided unique and innovative concepts for the AISA tool. The company has produced and presented an AISA proof of concept prototype that successfully integrates data from the intelligence community and the acquisition process; therefore, the prototype developed is capable of integrating external data sources using both sample data and DAMIR data. Thus, it is in the Government's best interest to move forward with 540 Company's successful proof of concept prototype. The notice of intent is for information purposes only; therefore, no solicitation will result from this announcement. This notice of intent is not a request for proposal or quotations. A determination by the Government not to compete this proposed action based upon responses to this notice solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability by providing a capabilities statement referencing a proof of concept prototype tool that is capable of integrating information from the intelligence community into the acquisition process, to include the ability to integrate external data sources using both sample data and DAMIR data. All information submitted should support the offeror's capability to provide the required services, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these services. Verbal responses are not acceptable and will not be considered. The primary North American Industry Classification System (NAICS) code is 541519, Other Computer Related Services, Small Business Size Standard $27,500,000.00. he Department of Defense (DoD), Washington Headquarter Services, Acquisition Directorate, (WHS/AD) intends to award a sole sources contract to 540 Company. This requirement is being conducted under the Simplified Acquisition Procedures. Per FAR 13.106)-1(b)(2), Solicitation from a single source. In accordance with FAR 13.106-1(b)(2), for purchases exceeding the simplified acquisition threshold. The requirements at FAR 13.501(a) apply to sole source (including brand-name) acquisitions of commercial items conducted pursuant to Subpart 13.5. The support services for Phase 2, Acquisition Intelligence Support Agreements (AISA) analytical tool to shall help to integrate information from the intelligence community into the acquisition process. The support services involve the contractor to producing an AISA deployable Version 1 based on the proof of concept prototype developed in HQ0034-15-P-0154. Further, the contractor shall complete a feature and capability gap review which defines remaining capabilities required for Version 1 and for closing those gaps. Additionally, the contractor will work with the government hosting and infrastructure teams to complete and execute information assurance steps and to execute a plan to deploy and maintain software. The contractor shall develop authentication and authorization strategies for AISA users on the SIPR network, and it shall finalize integration strategies for DAMIR, threat library integration and other integration points highlighted during the feature and capability gap review. The contractor shall set up, host and maintain a secure development and test environment in support of the AISA tool. Phase 2 is currently funded and there is intent to fund phase 3 as well. WHS/AD is currently working on defining phase 3 requirements. The draft Performance Work Statement (PWS) is attached. The Government anticipates a Firm Fixed Price Contract for a period of performance of 12 months. A sole Source acquisition is justified based on 540 Company's proven unique and innovative concept for the AISA tool. 540 Company has produced and presented an AISA proof of concept prototype that successfully integrate data from the intelligence community and the acquisition process; therefore, the prototype developed is capable of integrating external data sources using both sample data and DAMIR data. Thus, it is in the Government's best interest to move forward with 540 Company's successful proof of concept prototype based on the amount of time and money the Government has put forward on phase 1 of this requirement. The notice of intent is for information purposes only; therefore, no solicitation will result from this announcement. This notice of intent is not a request for proposal or quotations. A determination by the Government not to compete this proposed action based upon responses to this notice solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability by providing a capabilities statement referencing a proof of concept prototype tool that is capable of integrating information from the intelligence community into the acquisition process, to include the ability to integrate external data sources using both sample data and DAMIR data. All information submitted should support the offeror's capability to provide the required services, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these services. Verbal responses are not acceptable and will not be considered. The Government reserves the right to cancel the sole source award. The primary North American Industry Classification System (NAICS) code is 541519, Other Computer Related Services, Small Business Size Standard $27,500,000.00.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-16-R-0140/listing.html)
- Place of Performance
- Address: 5611 Columbia Pike, Falls Church, Virginia, 22041, United States
- Zip Code: 22041
- Zip Code: 22041
- Record
- SN03935410-W 20151104/151102234041-0ec9d26b827e2087614b948ba5c15122 (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 |