SOURCES SOUGHT
D -- Request for Information and Sources Sought Cargo Systems Application Development and A&E Support
- Notice Date
- 2/23/2022 8:55:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- INFORMATION TECHNOLOGY CTR DIV WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- HSBP21R00001
- Response Due
- 3/10/2022 2:00:00 PM
- Archive Date
- 04/30/2022
- Point of Contact
- Monica Y. Watts, Phone: 5713637066
- E-Mail Address
-
monica.y.watts@cbp.dhs.gov
(monica.y.watts@cbp.dhs.gov)
- Description
- Update as of 2/23/2022 Please see the attachment for the Q&A.� Update as of 1/27/2022 Responses to questions are anticipated to be provided back to the interested parties by 5:00 PM EDT, Friday, February 25, 2022. Submissions are hereby extended to 5:00 PM EDT, Thursday, March 10, 2022. Request for Information and Sources Sought Cargo Systems Application Development and A&E Support Cargo Systems Program Directorate (CSPD) Background and Purpose:� This public posting is for informational, planning, and market research purposes only and constitutes a Request for Information (RFI) and a Sources Sought Request (SSR) only for United States, Department of Homeland Security (DHS), Customs and Border Protection (CBP). This announcement does not constitute a commitment, implied or otherwise that a solicitation or procurement will be issued. This is not a solicitation, Request for Proposal (RFP), or Invitation for Bids (IFB). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.� All information received resulting from this RFI will be used by CBP for acquisition planning and market research purposes only. However, your response may be releasable to the public under the Freedom of information Act (FOIA), 5 U.S.C. 552, and the DHS FOIA regulation, 6 C.F.R. Chapter 1 and Part 5. If you wish CBP to consider any portion of your response as ""confidential commercial information"", you should clearly mark the portion as ""confidential commercial information"". The procedures for identifying ""confidential commercial information"" are set forth in the DHS FOIA regulation cited above and are available on the DHS website: http://www.dhs.gov/xfoia/editorial0579.shtm. CBP, at its discretion, may request respondents to this RFI to meet with CBP program and contracting officials and to elaborate on information in their written response. Respondents to this RFI will not be notified of any results derived from a review of the information provided. All information contained in this RFI is preliminary and is subject to revision and is not binding on the Government. The purpose of this public posting is to give contractors the opportunity to provide information to CBP support to include but, not limited to, Collections Features, Cargo Release/SE Features, Post Release Features, ITDS Single Window Features, and Manifest Features. The scope, also, includes cross-functional support for the Agile Teams. It is expected this emerging need may be met under General Services Administration (GSA) Multiple Award Schedule (MAS). The government is considering the usage of the following SINs: 54151S; however, the Government is looking at additional contractual vehicles, so this acquisition strategy is subject to change without notice to the public. The Government anticipates awarding a Time and Material Task Order; however, this is subject to change without notice to the public.� Draft Requirement Overview:� Contractor resources will be used by the Government to staff multiple Development Teams, and other teams identified by the Government. The Development Teams are composed of developers and testers/analysts with sufficient expertise to fully develop and test working software in an agile environment. These Development Teams will be led and directed by the government to deliver integrated and tested software in time-boxed Sprints. In addition to the Development Teams, a Support Team will be provided by the Contractor composed of specialists who support all the Development Teams in particular areas of expertise. The sections below provide details on the Development Team and Support Team composition; the number of teams; the schedule to establish the teams; and the team objectives. Please be advised, the DRAFT Statement of Work (SOW) and the anticipated labor categories are attached in order to provide additional details. Please see the attachments. Information Request:� 1.�� �Have you ever performed Agile development?� 2.�� �Have you ever performed Agile application maintenance/sustainment? 3.�� �Have you ever performed other Agile technical IT services? �If yes, what were the dates of your most recent project and what was the approximate contract value? 4.�� �Do you have skilled resources or access to with CBP Full Background Investigations in the District of Columbia (DC) metropolitan area? 5.�� �If not, how long do you expect it would take to have a development operations team fully staffed in the DC metropolitan area with CBP Full Background Investigations? 6.�� �Have you ever performed development and/or operations services for a critical nationwide government program requiring strict standards and guidelines? �If so, please describe, including dates, scope, and size. 7.�� �Do you have experience fixing system defects, including application outages utilizing Agile methodology? � 8.�� �What Agile performance standard do you typically achieve (average resolution time for defects and outages)? � 9.�� �What volume of system defects have you addressed on previous projects utilizing Agile methodology? 10.�� �Do you have experience with automated development, continuous integration, and implementation of CI tool sets? �If yes, please provide additional relevant information regarding this experience. 11.�� �Do you have the capability to perform IT Security Support? �Have you previously performed support services for security audits, annual security self-assessments, and other security services? 12.�� �Do you have experience with legacy system disposition, such as retirement planning, documentation, and archiving? �If yes, please provide additional relevant information, including system size, regarding this experience. 13.�� �Do you have experience in creating Agile test cases and Agile automated test scripts to support test automation activities? 14.�� �Does your company have experience with mainframe operating environments such as but not limited to z/OS and CA-DATACOM/DB for database management systems? 15.�� �The government would like industry�s feedback on the anticipated acquisition strategy (GSA MAS 54151S). 16.�� �The government would like industry�s feedback on the anticipated award a labor hour (LH) multi-award Blanket Purchase Agreement (BPA) or Indefinite Delivery Indefinite Quantity (IDIQ).� 17.�� �What programming languages (i.e., Java, JavaScript, C#, Ruby, etc.), platforms (Salesforce, Oracle, IBM, SharePoint, etc.), and frameworks (i.e., Angular 2.0, React, Spring, etc.) does your company support? 18.�� �Does your company have experience managing the technical and functional activities associated with operations, maintenance, modifications, engineering, integration, deployment, schedule, and sustainment of Enterprise AWS Cloud Services and within other cloud environments?� Instructions: Interested parties are encouraged to respond to this notice if they have the capability and capacity to provide the identified services. Questions to this RFI are due by 5:00 PM EDT, Friday, January 21, 2022, and should be forwarded via email to monica.y.watts@cbp.dhs.gov. Any late submissions will not receive a response. Please be advised, no telephone calls will be accepted! Responses to questions are anticipated to be provided back to those interested parties by 5:00 PM EDT, Friday, January 28, 2022. Submissions are due by 5:00 PM EDT, Friday, February 4, 2022. (The dates have been revised. Please see amended information above!!!!) The RFIs shall be submitted via email to: monica.y.watts@cbp.dhs.gov with the subject line ""Cargo Systems Application Development and A&E Support RFI"" to be considered. All responses must adhere to the page limits of 5 pages total. � Primary Point of Contact: Monica Y. Watts Contracting Officer monica.y.watts@cbp.dhs.gov Attachment: DRAFT Statement of Work Anticipated Labor Categories �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d62440ab360e4daa8fab61ca96ed5286/view)
- Place of Performance
- Address: Alexandria, VA 22311, USA
- Zip Code: 22311
- Country: USA
- Zip Code: 22311
- Record
- SN06249597-F 20220225/220223230108 (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 |