SOURCES SOUGHT
D -- RFI for Development, Security and Operations (DEVSECOPs) Services
- Notice Date
- 7/12/2017
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue, Burlington, Vermont, 05403
- ZIP Code
- 05403
- Solicitation Number
- HSSCCG-17-I-00018
- Archive Date
- 8/10/2017
- Point of Contact
- Kaitlin Robert,
- E-Mail Address
-
Kaitlin.Robert@USCIS.DHS.GOV
(Kaitlin.Robert@USCIS.DHS.GOV)
- Small Business Set-Aside
- N/A
- Description
- Development, Security and Operations (DEVSECOPs) Services Notice Type: Sources Sought/Request for Information Posted Date: Wednesday, July 12, 2017 Response Date: Wednesday, July 26, 2017 by 12:00 PM Eastern Daylight Time (EDT) NAICS Code: 541511 Synopsis : 1. RFI Announcement This Request for Information (RFI) is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotations. The purpose of this RFI is to understand the landscape of vendors, including both those that currently hold contracts on government vehicles and those that do not, that can provide the type of service outlined below. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract, nor do they affect a potential respondent's ability to respond to any future synopsis/solicitation which may or may not follow or restrict the government's eventual acquisition approach. Additionally, the government will not provide reimbursement for any information submitted in response to this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents will not be notified of any results derived from a review of the information provided; however, information gathered may be utilized for future technical and acquisition purposes. 2. Background The U.S. Citizen Immigration Services (USCIS) Office of Information Technology (OIT) has a need for information regarding forward-thinking, modern Development, Security, and Operations (DEVSECOPs) services. These services would be provided to build, enhance, and support systems in large cloud environments,specifically Amazon Web Services (AWS), but potentially other cloud environments as well, such as Microsoft Azure or Google Cloud. This request does not extend to services provided by or in vendor hosted private cloud environments. Information is requested about services that would be delivered using agile practices, a microservices approach and using a Continuous (code) Integration/Continuous Delivery Pipeline and Open Source tools. The objective of potential future contracts or vehicles is to provide DEVSECOP services across the enterprise and within DHS to support the mission. The services provided would meet the technical architecture and design specified by the government. The primary purpose of this RFI is to identify sources that have staff currently available to meet the needs of these potential future requirements. 3. Questions to Industry 1) Discuss the size, scope, complexity, and number of IT projects (both federal and non- federal) your company has supported using Agile processes and a DEVSECOPs CI/CD model in a cloud environment. Specifically, discuss projects developed using pure open source technology in AWS or comparable cloud environments (e.g. Microsoft Azure and Google Cloud); specifically, these projects should be in production environments, not development or experimental in nature. The government is most interested in projects where your company acted as the prime contractor and developer. If your company has this experience in which it performed at least 30% of the work or provided at least 15 personnel, this experience can also be listed but must be noted, including your company's specific role in the project (e.g., DEVOPs engineers, Developers, PM support, etc.). Open Source technologies used must include, at a minimum, at least one from each category below. a. Programming Languages i. Java ii. Ruby iii. Go b. Microservices i. Databases 1. Postgres 2. MongoDB 3. Cassandra ii. Containerized Services Platforms 1. Docker 2. Openshift 3. Cloudfoundry 4. Other Container Technology iii.Message Streaming Platforms (does not include Enterprise Service Buses like TIBCO) 1. Kafka 2. Other c. CI/CD Pipeline Automation i. Jenkins ii. Chef iii. Packer iv. Terraform 2) Describe your company's current resource pool and specific experience acting as the prime contractor, or experience performing at least than 30% of the work or providing at least 15 personnel, providing DEVSECOPs in AWS using the above listed technologies. If this information is already included under Question 1, this is sufficient. 3) Discuss any projects where Continuous Deployment has been achieved. For this requirement, Continuous Deployment is defined as deployment to a production environment, where production data is stored on a frequent and automated basis, multiple times per day (more than 1 on average). Discuss challenges in achieving this accomplishment and how your company achieved the specific goals of improving release frequency, increasing product quality, and reducing failure rates and risks. Define how many times per day deployments occur to production for this system. 4) Describe a project where you modernized a tightly coupled system, with the majority of the application layer coded as stored procedures within a complex database, to a microservices architecture using open source technologies in AWS. Is the new system in production? What challenges were faced during this project? Describe the data architecture and technology landscape for the modernized system and the methodologies used to transition a monolithic database into multiple microservices. 5) Discuss any project or experience operating and dynamically scaling up and down an Internet-facing, public website with an active load of 10,000 to 50,000+ concurrent users in AWS using the technologies listed in Question #1. Define the number of concurrent users and, in deep technical language, describe the methodologies used to ensure the application could scale. 6) Discuss any project or experience with automated functional accessibility (508 compliant) and performance testing tools and technologies such as JMeter and Selenium. Explain how automated testing was used for code/deployment promotion to a production environment with production data. Discuss the percentage of automation achieved. Discuss challenges faced in achieving these accomplishments. 7) Build a Java/Ruby/Go (choose one or a combination) application that creates a single screen that says "Hello World" which includes a working CI/CD Pipeline in AWS using Docker containers and provide the code (including infrastructure pieces, e.g. Jenkins Jobs, Cloud formation templates, Chef Cookbooks) via Git for review. Please provide the government with the necessary information to access the code for review and test purposes. 4. Response Instructions Interested parties should provide the following information: A. Vendor Profile: Please provide the following information:  * Company Name  * Please indicate if you are a large or small business, socioeconomic category and size of company (number of personnel and annual revenue).  * Identify which government contract vehicle(s) your company has a contract under or indicate none. If none, please indicate if your company is willing to apply for any.  * Name of contact person responsible for this RFI, including telephone number and email address. B. Interested parties are requested to respond to this RFI with responses to the questions in Section 3, including access methods for code in a publicly available repository in GIT for question 7. Responses should be submitted in Adobe PDF format via e-mail only to the Contract Specialist (see section 5), and are due no later than Wednesday, July 26, 2017 at 12:00 PM, EDT. Responses should be no more than ten (10) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the government, please segregate proprietary information. Please be advised that all submissions become government property and will not be returned. Reminder: This RFI is for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals, or Request for Quotations. 5. Submission of Responses and Questions Questions regarding the contents of this RFI shall be submitted via email to: Contract Specialist Contact: Kaitlin Robert Kaitlin.Robert@uscis.dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/HSSCCG-17-I-00018/listing.html)
- Record
- SN04576429-W 20170714/170712234754-2d270f3fae5388a2438c276016d47f98 (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 |