Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2023 SAM #8053
SOURCES SOUGHT

99 -- Enterprise architecture (EA) tool that supports the Department of Defense Architecture Framework (DODAF) version 2.02

Notice Date
12/13/2023 7:42:29 AM
 
Notice Type
Sources Sought
 
Contracting Office
IT CONTRACTING DIVISION - PL84 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
842468600
 
Response Due
12/28/2023 10:00:00 AM
 
Archive Date
01/12/2024
 
Point of Contact
Patrick Hummel, Nathan Sterling, Phone: 6184186050
 
E-Mail Address
patrick.h.hummel.civ@mail.mil, nathan.l.sterling3.civ@mail.mil
(patrick.h.hummel.civ@mail.mil, nathan.l.sterling3.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION The Defense Information Systems Agency (DISA) Global Service Center (J6) Joint Service Provider (JSP) and DISA Defense Information Technology Contracting Office is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. Overview/Purpose/ Description of Procurement DISA J6 JSP requires an enterprise architecture (EA) tool that supports the Department of Defense Architecture Framework (DODAF) version 2.02 and helps DISA J6 to manage enterprise architecture documents.� The enterprise architecture tool must meet DISA cybersecurity requirements.� 2.� Scope of Effort DISA JSP requires software licenses and supporting servers for deployment.� Technical support is required for installation, configuration, training, and transition to the production network. �Technical support may include both onsite and remote consulting support. 3. Technical Characteristics DISA J6 JSP has deployed Microsoft M365 as part of the Department of Defense (DoD) tenant.� DISA J6 JSP supports both physical servers and virtual servers via VMware on premise.� DISA J6 JSP is seeking an EA tool that meets the following salient characteristics: � � �a. EA tool is Trade Agreement Acts (TAA) compliant. � � �b. EA tool builds on Microsoft 365, Microsoft Active Directory and Microsoft SharePoint to provide document libraries to easily store and navigate documents and models using repository objects and relationships. �Navigation pathways permit authorized SharePoint� users to view, navigate and drill down between catalogs and details information. � � �c. EA tool integrates into standard Microsoft Office tools including Microsoft Visio to permit drawing of Enterprise Architecture diagrams using drag and drop re-use of objects, diagramming assistance for consistency of models, and out-of-the-box diagram templates to address viewpoints for the large variety of Enterprise stakeholders. � � �d. EA tool integrates into Microsoft Power BI to support further detailed analysis that can be carried out on the repository data with out-of-the-box BI dashboards. � � �e. EA tool support data exchange/integration with other existing and implemented DISA systems including Splunk, Information Technology Proprioceptive Integration Engine, Microsoft System Center Configuration Manager and ServiceNow for IT Asset Management. � � �f. EA tool auto-generates graphical visualizations of repository data to help understand relationships, dependencies, impacts, and potential risks across various architectural layers. � � �g. EA tool provides Application Programming Interface. � � �h. EA tool implements workflow management to allow task assignment and approval based on Microsoft Active Directory roles.� � � �i. EA tool provides ability to integrate/import existing diagrams. � � � j. EA tool supports DoDAF version 2.02. � � �k. EA tool supports Business Process Management and Notation version 2.0. � � �l.� EA tool supports Unified Architecture Framework. � � �m. EA tool Supports Systems Modeling Language and Unified Modeling Language. 4. Requested Information/ Questions Is the offeror�s EA tool licensed by subscription or by perpetual software licenses? Does the offeror�s EA tool require installation and deployment via servers? �Can servers be physical? �Can servers be virtual? Does the proposed EA tool have attainable certifications for system administrators? �If so, how are the certifications provided and maintained? Are there authorized resellers who have the capabilities to install the EA tool? � Does the offeror or authorized resellers have facilities clearances to work on classified networks such as SIPRNet or other classified networks? What is the offeror�s experience supporting other Government and DoD organizations? Does the offeror have experience with the Risk Management Framework cyber authorization process? Has the offeror�s tool received Authority to Operate or has a profile on Enterprise Mission Assurance Support Service? Response Guidelines: Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 5 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size.� The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI.� Oral communications are not permissible.� Sam.gov will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than 12:00 pm CST, December 28, 2023 to Patrick.h.hummel.civ@mail.mil, and Nathan.l.sterling3.civ@mail.mil. Industry Discussions: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. �Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. Questions: Questions regarding this announcement shall be submitted in writing by e-mail to Patrick.h.hummel.civ@mail.mil, and Nathan.l.sterling3.civ@mail.mil.� Verbal questions will NOT be accepted.� Answers to questions will be posted to FBO.� The Government does not guarantee that questions received after 12:00 pm CST, December 21, 2023 will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses. Disclaimer:� This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. �Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. �FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. �The Government does not intend to pay for information received in response to this RFI. �Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. �This RFI will be the basis for collecting information on capabilities available. �This RFI is issued solely for information and planning purposes. �Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. �In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd3153046abe4c5dbb014a83f6ffde62/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06911835-F 20231215/231213230047 (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.