SOURCES SOUGHT
D -- RFI Service-Oriented Architecture Foundation Products and Services
- Notice Date
- 6/24/2005
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406
- ZIP Code
- 62225-5406
- Solicitation Number
- Reference-Number-RFISOAFoundation
- Response Due
- 7/25/2005
- Archive Date
- 8/9/2005
- Description
- The Defense Information Systems Agency (DISA) is considering the introduction of Service-Oriented Architecture (SOA) capabilities to support a net-centric transformation of DOD warfighting, business and intelligence capabilities. This is a request for information (RFI) from industry on innovative approaches to support the adoption of web-service technologies and the evolution of an SOA across the DOD. This RFI includes, but is not limited to, SOA techniques, web service technologies and foundation-level service definitions and specifications. All web-service and SOA technology suppliers and consultants are offered this opportunity to show how to best employ their capabilities within the DOD enterprise. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR INFORMATION RECEIVED IN RESPONSE TO THIS RFI. This RFI is issued for information and planning purposes only and does not constitute a solicitation. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives to determining how to proceed in the acquisition process for NCES SOA foundation capabilities. The Government requests that no proprietary information be provided in response to this RFI. Responses to the RFI will not be returned. 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. INTRODUCTION: The Net Centric Enterprise Services (NCES) program is charged with providing foundational capabilities that will be used to support a net-centric transformation of DOD warfighting, business and intelligence capabilities. The goal of net-centricity is to significantly improve DOD operations by making all trustworthy information resources available to all appropriate entities within the DOD, while denying our enemies the ability to benefit from, or to exploit our reliance on, these resources and capabilities. Objectives include: --Interoperability: Integration of information and applications across networks, heterogeneous technologies, and organizational boundaries. Exposing information and applications as consumable services to facilitate application and data sharing --Agility: Flexible IT environment in which new capabilities can rapidly be added and existing capabilities can be dynamically reconfigure to meet changing operational requirements. --Visibility: Common understanding of requirements and capabilities among consumers, planners, and providers across the DOD enterprise --Transformation: Close alignment of IT with business and warfighting processes and mission requirements To meet these objectives, NCES will provide the foundational capabilities to support a web services based service-oriented architecture (SOA). NCES currently views these foundation capabilities to include the utility and environmental services needed to facilitate and govern service producer and service consumer interaction across the DOD enterprise. At the core of this net centric foundation are service-oriented architecture (SOA) technologies that represent an emerging approach to developing interactive IT resources that will enable a new generation of highly adaptable and interoperable capabilities that fully leverage the resources locked within our current stovepipe systems. INFORMATION REQUEST: 1. What innovated technologies should DISA consider for developing and fielding the software infrastructure services necessary to support the implementation and evolution of a SOA within the DOD enterprise? a. What core services should be offered as components of a DOD services infrastructure b. Do the appropriate technologies exist to provision and maintain these core services in an enterprise as large, diverse and complex as the DOD. c. How can/should we mitigate technology risks in adopting rapidly evolving web services technologies? Can you suggest technology risk mitigation strategies or best practices. d. How can we maximize the flexibility and reusability of core services? 2. In addition to specific technologies, there appear to be many options on the approach to acquiring these technologies for the DOD. What innovative acquisition approaches should be considered to effectively balance the government's need for fast access to rapidly changing technology and incentivized contractor performance, with stability in program management, contract performance, risk management and community adoption of DISA provided services? Potential acquisition challenges may include: a. Establishing criteria and approach for evaluating alternatives to maximize and maintain a competitive environment to drive best value to the government while minimizing risk to the government and impact to existing customers b. Establishing appropriate criteria, metrics and reporting mechanisms as part of an acquisition performance management strategy c. Ability to acquire NCES capabilities in successive, interoperable, increments to achieve incremental success and take advantage of rapidly evolving technologies d. Maintaining mission and functional stakeholder participation to ensure effective governance, change management and communication ADMINISTRATIVE INFORMATION: Please limit responses to 20 pages and submit one soft copy in a Microsoft Office compatible format to the Acquisition Liaison, Mr. Michael Warwick, at michael.warwick@disa.mil. Email size is limited to 3MB. The Government may request additional information or discuss information received in responses to this RFI with individual responders. DISA shall consider meeting individually with interested respondents. Submissions should occur by 25 Jul 05.
- Place of Performance
- Address: Falls Church/VA
- Zip Code: 22041
- Country: USA
- Zip Code: 22041
- Record
- SN00835888-W 20050626/050624211610 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |