Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOURCES SOUGHT

D -- Intelligence Data Services and Cloud Support Services

Notice Date
3/13/2020 7:51:45 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02320I2SPC001
 
Response Due
3/20/2020 9:00:00 AM
 
Archive Date
04/04/2020
 
Point of Contact
Wendy L. Paulo, Phone: 2024753759, Christopher A. Wellons, Phone: 2024753237
 
E-Mail Address
Wendy.L.Paulo@uscg.mil, christopher.a.wellons@uscg.mil
(Wendy.L.Paulo@uscg.mil, christopher.a.wellons@uscg.mil)
 
Description
Amended on 3/13/2020:� This RFI was amended to include questions and responses and to extend the due date to 3/20/2020.� THIS IS A REQUEST FOR INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. The United States Coast Guard (USCG), Intelligence Information Systems Processing Center (I2SPC) is in the process of developing the acquisition strategy for the award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Intelligence Data Services and Cloud Support Services. This is a Sources Sought Notice and a Request for Information (RFI). This is NOT a solicitation and proposals are not being requested at this time. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation and shall be provided at no cost to the Government.� Contact with Government personnel oth/er than the Contracting Officer by any potential Offeror or their employees regarding this requirement is strictly prohibited. The purpose of this posting is to locate experienced Offerors capable and interested in providing the services as outlined in the attached draft Performance Work Statement (PWS). Any interested party shall submit a capability statement by the closing date of this notice and will be considered by the Government for the purposes of determining the acquisition strategy for a future solicitation. Response shall outline the potential Offerors� responses to the questions below and the attached draft PWS. Please include only capabilities relative to the requirements in the draft PWS. Offerors shall not submit proprietary information when responding to this notice. Potential Offerors shall also note that the Government will not return any information submitted in response to this notice. The anticipated award date is 30 September 2020. Please send your responses to this RFI via email directly to Wendy Paulo at Wendy.L.Paulo@uscg.mil. All responses must include the following information: Company Name Company Address Company Business Size/Socio-economic category (if applicable) DUNS Number Point of Contact (POC) name, phone number and email address The Coast Guard is seeking feedback on the following: 1. Provide comments on the draft USCG Specification via the document (Excel) titled ""Comment Submittal Form for Draft System Specifications."" 2. Identify sections of the specification where clarification may be needed. 3. Identify risks or issues to the program's acquisition objectives, which include affordability, product ability, technology and sustainability. 4. Identify potential opportunities for improvement in the draft System Specification that should be considered. Additional Questions about your company: Staffing What is your company�s ability to provide TS/SCI personnel? What is the amount of time your company requires to replace personnel to mitigate vacancy time in the event an employee of your quits unexpectedly? How many of your personnel that would be working on this contract are compliant with the DoD 8750 IAT Level III Cybersecurity Certification requirement? Cloud based System engineering What is your company�s experience with SCRUM? With Agile? What is your company�s preferred methodology (to include others besides SCRUM and Agile) for conducting software development? What is your company�s experience with Amazon Web Services? What is your company�s track record/experience level in migrating user/system data from an on premise architecture to a Cloud based IaaS architecture? What is your company�s expertise level with Oracle databases? What is your company�s expertise level with PostGres databases? What is your company�s expertise level with DB2 databases? What is your company�s experience with migrating data from an Oracle Database to a PostGres Database structure? Security How would your company perform DevSecOps in an AWS C2S classified environment? How would your company implement a continuous monitoring program? What is your company�s experience level with documenting a system for accreditation under the NIST 800-53 Risk Management Framework? How many system accreditations has your company been a part of? How many cloud based system accreditations has your company been a part of? What is your company experience with the RMF and SELC Process? What efficiencies and methodologies do your bring as a company? System Engineering/Administration What level of experience does your personnel have in developing, testing, maintaining, implementing, and integrating Cloud and Web Applications using YAML, JavaScript Object Notation (JSON), Hypertext Markup Language (HTML), Dynamic Hypertext Markup Language (DHMTL), Cascading Style Sheets (CSS), Extensible Markup Language (XML), Extensible Stylesheet Language (XSL), XSL Transformations (XSLT) [XSLD, ADO, Structured Query Language (SQL), .NET, C#, Cold Fusion, Active Server Pages (ASP), JavaScript, Application Programming Interface (APIs) such as JOuery and Asynchronous JavaScript (AJAX), to name a few), and Visual Basic (VB) Script], as prescribed by the Government project or team lead for a given effort? Rough Order of Magnitude-The planned Period of Performance is one base year with four option years. Based on the current attached PWS, what is your company�s ROM for this effort? Based on your company�s proposed changes, what is your company�s ROM for this effort? Responses shall not exceed fifteen (15) single-sided pages. Email submissions are subject to size and type restrictions (typically limited to less than 5MB in size and only executable attachments such as .doc and .pdf files) as well as any other appropriate network measures. It is the potential Offeror�s responsibility to verify email submissions have been received and can be viewed.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b4098a25e39b447882ad8005b09e8d4f/view)
 
Place of Performance
Address: Suitland, MD, USA
Country: USA
 
Record
SN05588876-F 20200315/200313230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.