MODIFICATION
D -- Information Volume & Velocity (IV2)
- Notice Date
- 11/24/2014
- Notice Type
- Modification/Amendment
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- IV2
- Point of Contact
- Natasha L. Abbington, Phone: 3012254051, Kurtis M. Jones, Phone: 301-225-4508
- E-Mail Address
-
natasha.l.abbington.civ@mail.mil, kurtis.m.jones.civ@mail.mil
(natasha.l.abbington.civ@mail.mil, kurtis.m.jones.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for providing data to its Information Volume & Velocity (IV2) framework managed by DISA's Advanced Concepts and Experimentation Division. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency DITCO-NCR-PLD/PL61 P.O. Box 549 Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to identify a number of vendors who can provide open source data resulting in a competitive environment that leads to a reduced cost to the consuming organizations. DISA's Chief Technology Office, Advanced Concepts and Experimentation Division is seeking information for Internet data processing/aggregation services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND: The DISA application is a cloud-hosted Service Oriented Enterprise used to order Internet data from various Content Providers. Content Providers are integrated into our application in order to gather data from various open source sites to satisfy Department of Defense operational requirements. Content Providers will consume data requests (subscriptions) using a Representational State Transfer (RESTful) web service (the web service is documented, along with sample data, and delivered with a reference implementation). The Content Provider will then populate the result of the data request into our application in JavaScript Object Notation format using the same RESTful web service. The technology and techniques for gathering Internet data remains the property of the Content Provider unless specifically developed as part of this effort. Anticipated Time Frame: Five-year contract awarded in 2015. Place of Performance: Work will be performed at the vendor's location. Acquisition History: New requirement REQUIRED CAPABILITIES: The Government requires open source Internet data to support a variety of mission areas. • The ability to extract Internet data from blogs, micro-blogs, news site, forums, images, and various media formats (e.g. Word, KML, PDF, etc.) for those types of sources. • The ability to identify and tag formatted Personally Identifiable Information (PII) and Health Insurance Portability and Accountability Act (HIPAA) data. • The ability to identify and tag unformatted PII and HIPAA. • The ability to satisfy both a one time data request and/or continuous data requests that produce results over time. • The ability to crawl other web content beyond the primary source, to copy all the pages they visit, and to deliver that data for later processing to the IV2 framework. SPECIAL REQUIREMENTS N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 518210 with the corresponding size standard of $32.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small businesses in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA Mission Oriented Business Integrated Services, National Institutes of Health, National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement, Federal Supply Schedules, or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Identify whether vendor is the primary obtainer of the internet content or a secondary obtainer. The proxy server used by the source must be owned by a United States company. Vendors who wish to respond to this should send responses via email NLT 09 December 2014, 4:00 PM Eastern to natasha.l.abbington.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/IV2/listing.html)
- Place of Performance
- Address: Work will be performed at the vendor’s location., United States
- Record
- SN03580639-W 20141126/141124234433-189b032236cdb6a97497d91b0032dde4 (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 |