Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2015 FBO #5123
MODIFICATION

D -- DOMEX MEDIA EXPLOITATION PLATDOMEX MEDIA EXPLOITATION PLATFORM AND TRIAGE SYSTEMFORM AND TRIAGE SYSTEM

Notice Date
12/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
PRESOLICITATION-NOTICE-DOMEX-PLATFORM-AND-TRIAGE
 
Point of Contact
Mishelle Miller, , Christopher Du Jardin,
 
E-Mail Address
mishelle.miller@dodiis.mil, Christopher.DuJardin@dodiis.mil
(mishelle.miller@dodiis.mil, Christopher.DuJardin@dodiis.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE FOR THE NATIONAL MEDIA EXPLOITATION CENTER (NMEC) DOMEX MEDIA EXPLOITATION PLATFORM AND TRIAGE SYSTEM The Virginia Contracting Activity is seeking to identify qualified sources that have the ability to meet Government requirements for services and the production of a customized digital forensics platform and triage system. The National Media Exploitation Center ( NMEC) requires contractor services to provide a standardized, modular, digital forensics platform that integrates into NMEC‘s forensics operation and provide support to investigate, determine, and integrate new technologies and tools into the platform. These include technologies and tools related to digital media triage, automation, traditional digital forensics, mobile device forensics, computer vision, machine learning, signals processing, human language technologies, timeline analysis, and identity intelligence. The platform will automatically pre-process evidence files for examination with little or no user interaction and allow digital forensics examiners to investigate, determine, and document digital forensic evidence found on media. A classified version of the platform with features and capabilities included as directed by the Government will be implemented along with the unclassified platform for use in media exploitation efforts. All personnel performing services must have a Top Secret/SCI clearance. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541511 (Custom Computer Programming Services), and potential offerors must be currently registered in the System for Award Management (SAM). The acquisition will be conducted using the advisory multi-step process (hereafter referred to as “voluntary down-select”) pursuant to Federal Acquisition Regulation (FAR) 15.202. The VaCA requests only potential PRIME offerors to submit information. The submitted information will allow the Government to advise Offerors about their potential as viable competitors. A written electronic submission is required in response to this notice. The type of information that must be submitted in response to this notice and the criteria that will be used to make the initial evaluation and resultant voluntary down-select is described below. VaCA plans to use non-government personnel in support of this acquisition pursuant to FAR Subpart 37.2 Advisory and Assistance Services. This pre-solicitation notice contains the following Defense Intelligence Agency Acquisition Regulation Supplement & Instruction (DARSI) provision: 1052.209-98 UTILIZATION OF SUPPORT CONTRACTORS BY THE GOVERNMENT (FEB 2009) a. Offerors are advised that non-government employees will serve as advisors for assisting the government during evaluation of proposals. The government will authorize these persons access only to those portions of the proposal data and limit discussions only for the purpose of providing technical advice on specialized matters or particular issues. They shall be expressly prohibited from scoring, ranking, or recommending the selection of a source. b. The government is responsible for proper safeguards to ensure proposal evaluation objectivity. In this regard, the government exclusively retains all source selection decision authority and supporting decision responsibilities. Moreover, all participants in the proposal review process with access to source selection sensitive information are required to execute a government nondisclosure agreement. c. Government support contractors who may be involved in review of proposals submitted in response to this solicitation are identified as follows: Ms. Lora Mackin government contractor for Roger P. Mackin LLC under an Advisory and Assistance Services Contracts held by Prime Contractor, Government Contracting Solutions (GCS), a wholly owned subsidiary of PSS, 8251 Greensboro Drive, Suite 500, McLean, VA 22102. POC: Mr. Gregory R. Anderson, Director of Contracts, Email: ganderson@gcsinfo.com. d. Offerors who submit proposals in response to this solicitation do so with the express understanding that government support contractors serving as advisors in the proposal review process may have access to the Offerors’ proposal information, as described above. Offerors requiring nondisclosure agreements with any government support contractor are not relieved of solicitation submission time requirements, nor is the government required to provide additional time to Offerors requiring their own bilateral nondisclosure agreements with any government support contractor. e. Offerors requiring nondisclosure agreements with any government support contractor shall: (i) Inform the contracting officer of the Offeror’s requirement; (ii) Contact the government support contractor and negotiate the necessary terms and conditions and obtain the contractor’s written agreement; (iii) Provide a signed copy of each such nondisclosure agreement executed to the contracting officer with their proposal submission; and (iv) Indicate in the proposal that the support contractor(s) may utilize the Offeror's proprietary data in evaluating the Offeror's proposal. f. The Offeror shall notify their prospective subcontractors who are submitting proprietary information that the above government support contractors may require similar access to this information. Any such subcontractors may execute agreements directly with the above government support contractors or may authorize an Offeror to permit such access on such reasonable terms as the subcontractor may provide. For each such subcontractor agreement executed, Offerors shall provide a copy of such agreements with their proposal, and shall indicate in the proposal that the government support contractor(s) may utilize subcontractor proprietary data in evaluating the subcontractor's proposal for this acquisition. (End of Provision) The Offeror’s response shall be submitted electronically to the attention of Ms. Mishelle Miller ( mishelle.miller@dodiis.mil and M r. Christopher Du Jardin (christopher.dujardin@dodiis.mil) no later than 04 December 1:00 p.m. EST. The draft Statement of Work (SOW) is being released and made available through this Pre-Solicitation notice (Attachment 2), as it contains sufficient information to permit potential offerors to make an informed decision about whether to participate in this acquisition. Offerors’ viability will be evaluated on the following two factors: Statement of Capabilities and Similar Experience: Statement of Capabilities The Government will evaluate each Offeror’s Statement of Capabilities based on their ability to demonstrate a broad understanding of the product, customization, integration, and continuous operations within the Document and Media Exploitation (DOMEX) multi-level security environment, and the complexity and challenges of a digital forensics platform that can evolve through customized modules or scripts and third party tool integration into NMEC’s forensics operation. Similar Experience The Government will evaluate each Offeror’s Similar Experience and will examine the Offeror’s efforts to determine the extent of experience the Offeror has with programs similar in size, scope and complexity as envisioned by program. Offerors with significant experiences with programs of similar size, scope, and complexity may be looked upon as more viable competitors. The Offeror’s similar experience information shall be provided on the matrix template contained in Attachment 1. Any information provided by the Offeror’s referenced customers is subject to verification/validation by the Government during the evaluation process. Offerors shall submit their response via email to Government Point of Contacts provided below. The page size is to print to a Standard 8.5 x 11 inch paper using Times New Roman, 11 point font, with one inch margins using Microsoft Word. The file shall be only one, in PDF or Word, and shall be no more than 7 pages in its entirety. See Chart below. Topic Maximum Pages/Special Instructions Statement of Capabilities Four (4) page limitation (Submitted by Prime to email address above) Similar Experience Use Attachment #1 Similar Experience Matrix Template Experience presented shall be no more than three (3) projects. Maximum of 1 pages per project (submitted by Prime to email address above) Offerors that the Government considers not to be viable competitors will receive, in writing, the general basis for the Government’s findings. In accordance with FAR 15.2029(b), those Offerors will also be advised that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition. Following this pre-solicitation process, the Government estimates the release of the formal RFP in 2d quarter Fiscal Year 2015, with an award expected in the 3d Quarter. The Government Contracting Officer Point of Contacts for any questions or concerns in regards to this notice is Ms. Mishelle Miller, mishelle.miller@dodiis.mil, and the potential Government Contracting Officer's Representative, Mr. Christopher Du Jardin, christopher.dujardin@dodiis.mil. No telephone calls will be accepted. Submit any questions via email. Please copy both individuals on your email. ATTACHMENT #1 SIMILAR EXPERIENCE MATRIX TEMPLATE 1. Contract /Title, Project Name (Contract Number XXXX) 2. Performed By: 3. Major Subcontractor(s): 4. Agency/Company: 5. CO: 6. COTR: 7. Other Technical POC: 8. Period of Performance: 9. Contract Type and Total Value: 10. Product/Service Provided: 11. Small Business Participation: 12. Awards, Recognition, and Certifications Received: 13. Relevancy of Experience:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/PRESOLICITATION-NOTICE-DOMEX-PLATFORM-AND-TRIAGE/listing.html)
 
Place of Performance
Address: National Capital Region, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN03957280-W 20151203/151201234229-bea8e9be2ef39ef839fd6803305f623c (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 |
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.