Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2024 SAM #8136
SPECIAL NOTICE

R -- NBIS Architecture and Design Review

Notice Date
3/5/2024 6:59:18 AM
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
DEFENSE CI AND SECURITY AGENCY QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
NBIS_RFI_3-5-24
 
Response Due
3/13/2024 10:00:00 AM
 
Archive Date
03/28/2024
 
Point of Contact
Judith David
 
E-Mail Address
judith.a.david2.civ@mail.mil
(judith.a.david2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR INFORMATION NBIS Architecture and Design Review Background This is a request for information (RFI) issued by the Defense Counterintelligence and Security Agency (DCSA). DCSA is currently developing the National Background Investigations Service case management application, built on the Pegasystems (Pega) case management platform, using Agile practices. DCSA presents this RFI to industry as an opportunity to review the Architecture, Design, and Deployment Review of the DCSA NBIS application in its current state. Overview of Requirements The Architecture and Design Review shall include: Participating in an operational walk-through of the Workflow Builder � configuration, validate, testing, and runtime Reviewing the architecture and design approach of the workflow builder component � design artifacts, code review, interviews with key developers and scrum masters Reviewing design and architecture of the assignment engine, notification engine, and subscription engine components - design artifacts, code review, interviews with key developers and scrum masters Reviewing the configuration, testing and deployment process for a given government agency; what environments are involved, what tools or processes are used � DevOps pipelines, process and environmental diagrams, etc. Reviewing the testing and deployment process to subscribing agencies that becomes necessary after an underlying NBIS application change Reviewing the government security layer and its impact on the NBIS application Review of, and recommendations for, the appropriate Pega licensing agreement going forward. DCSA anticipates that any solicited requirement would include the following deliverables as required: Architecture and Design Review Report detailing the findings and recommendations from the review. Specific recommendations for enhancing the architecture, design and deployment of the NBIS application, including actionable steps and best practices. A presentation of the review findings and recommendations highlighting key findings, recommendations, and a question and discussion segment. Any and all documentation or artifacts produced. Additional considerations: DCSA will provide access to the applicable personnel, subject matter experts and systems required for the vendor to complete the review. DCSA anticipates the engagement will be collaborative and conducted at mutually-agreed-upon locations and/or remotely. DCSA anticipates an initial 80-hour engagement. DCSA would maintain all data rights of any deliverable reports and information. Interested vendors are encouraged to provide any additional information which may be beneficial in understanding the capabilities and services available in the commercial market. The following is a list of sample data points for which DCSA would like additional information.� Small business designations and/or contract vehicles. Benefits of any proposed acquisition approach. The respondent�s experience with the Pega platform. Proposed NAICS Code: NAICS Code 541512 - Computer Systems Design Services, including computer software consulting services. Request for Information Details: This RFI is issued solely for informational and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, DCSA is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Requested Information: Interested vendors are requested to respond to this RFI no later than 12:00PM EST on March 13, 2024 by emailing Ms. Judith David, judith.a.david2.civ@mail.mil. Responses shall include the following information, at minimum: Entity information: Vendor Name Primary Point of Contact Address Phone Number DUNS Point of Contact email Business Website �������� Business type: ��������� Provide the economic business classification you would potentially solicit under along with an updated capability sheet. �������� Contract Vehicles: �������� Provide any contracting vehicles against which a future DCSA contract award may be placed. �������� NAICS Code Recommendation: Provide either confirmation of the existing/recommended NAICS code (541512) as sufficient or recommend an alternative NAICS code. �������� Requirements Response: �������� Interested vendors are requested to provide white paper responses outlining possible�solutions, capabilities, existing contracts where this service is available (e.g. GSA Schedule contract) related to the above mentioned requirements. �������� Formatting: Please provide all responses in a searchable .PDF format. The cover page of the response shall include the company name, DUNS Number, address, point of contact including phone number and email address, as well as the business size status of the responding company. There is no specified format for the white papers, but they shall be limited to no greater than 10 pages. Vendor follow-on meetings: DCSA representatives may or may not choose to meet with interested vendors. Such meetings would only be intended to get further clarification of potential capabilities to meet the requirements. Summary This is an RFI only to identify sources that can provide the services pertaining to the subject requirement. The information provided in the RFI is subject to change and is not binding on the Government. DCSA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur costs for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b7bc6b22e8f64e7aa521a436eaeb38ef/view)
 
Place of Performance
Address: Hanover, MD, USA
Country: USA
 
Record
SN06985634-F 20240307/240305230048 (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.