SOURCES SOUGHT
R -- Data Services Architecture - Intention for a 8(a) set-aside
- Notice Date
- 4/3/2020 8:10:38 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- VIRGINIA CONTRACTING ACTIVITY WASHINGTON DC 203405100 USA
- ZIP Code
- 203405100
- Solicitation Number
- VACA-MR
- Response Due
- 4/22/2020 12:30:00 PM
- Archive Date
- 05/07/2020
- Point of Contact
- Christine Callaway
- E-Mail Address
-
christine.callaway2@dodiis.mil
(christine.callaway2@dodiis.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This Scope statement outlines the requirements for contractor services to support a new requirment for data services for the Government customer.� The contractor shall develop and deliver data ingest, conditioning, and management capabilities using a micro-service-based architecture in support of MASINT activities involving Radio Frequency (RF), Electro-optical/Infrared (EO/IR), seismic, acoustic, and magnetic phenomenologies.� These services will manage all data across multiple networks and classification levels at both periodic and near-real-time speeds.� The offeror will integrate with other development efforts to provide the backend services which include Extract, Transform, and Load (ETL) features in conjunction with Repository as a Service (RaaS) data capabilities, that support next generation user interfaces and common operational pictures.� These back-end services will support Command & Control (C2) functionality, system status and metrics, and sensor data products.� These services will be mirrored across multiple classification levels and must represent the information according to �need to know� principles at each level.� The use of non-proprietary solutions that utilize GOTS, COTS, and/or Open Source software frameworks/databases and tools is preferred if they meet ICD 503 requirements; use of DEVSECOPS or SECDEVOPS project management strategies is highly preferred as well.� Development and O&M tasks follow Sponsor-established methodologies that are tailored (Project Management Institute guidelines) to specific task requirements; project methodologies include Agile, Kanban, and others as required.� All developed software and scripts are managed within the Sponsor�s software management and version control systems.� There is not a mandated IT Development Environment (IDE) or development methodology, however, delivered applications, software, scripts, and hardware must meet Sponsor-defined requirements and be prepared for integration into the Sponsor�s environments, have Sponsor-defined documentation, and meet Sponsor�s O&M requirements. The Government will provide data standards ICDs, business rules, a data message test harness, and access to cloud computing services.� Government furnished equipment (GFE) is managed according to Sponsor guidelines.� The data services applications are expected to be developed at the unclassified level; however, multiple members of the development team shall have an active SCI clearance to enable facility access, application deployment, troubleshooting, as well as, customer engagement and requirements gathering.� The Government does not intend to sponsor a new SCIF for this effort. While the Sponsor will not direct the technical solution, the offeror should have relevant expertise in the following technologies or equivalent capabilities: Kubernetes, Docker, Immuta, NiFi, Kafka, postgres, MongoDB, and gridFS. Emphasis applied to experience with large scale data architecting and container orchestration systems for automating application deployment, scaling, and management. The Government intends to set this effort aside for an 8(a) company.� Please send a Capability Statement regarding corporate abilities in relation to the above paragraphs.� Capability statements are to be no longer than 5 pages.� Statements from any vendor other than 8(a) companies will not be reviewed.� �Please ensure your Capablity Statement includes your CAGE code(s) and corporate headquarters address. No phone calls will be accepted, nor will requests for a call be accepted.� Please send written statements�to the primary POC email address, with CC to SmallBusinessPrograms@dodiis.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bf8946933f3f487a8f6412afe0966e3d/view)
- Place of Performance
- Address: 20194, USA
- Zip Code: 20194
- Country: USA
- Zip Code: 20194
- Record
- SN05610357-F 20200405/200403230144 (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 |