Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOURCES SOUGHT

D -- USACE Enterprise Virtual Viewer (EVV) Concept Validation and Development

Notice Date
9/11/2020 3:59:42 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US ARMY HUMPHREYS ENGINEER CTR SPT ALEXANDRIA VA 22315-3860 USA
 
ZIP Code
22315-3860
 
Solicitation Number
S120-00XX
 
Response Due
9/21/2020 1:00:00 PM
 
Archive Date
10/06/2020
 
Point of Contact
Doug Pohlman, Phone: 7034286420
 
E-Mail Address
douglas.e.pohlman@usace.army.mil
(douglas.e.pohlman@usace.army.mil)
 
Description
The peupose of this amendment is to post answers to questions that have been ask thus far. Disclaimer: This request for information will be used for market research purposes only and does not direct, commit or obligate the government in any way. � US Army Corps of Engineers (USACE) Office of the Chief Information Officer/G-6 (OCIO/G-6) Request for Information (RFI) S120-00XX � USACE Enterprise Virtual Viewer (EVV) Concept Validation and Development Purpose. �The purpose of this RFI is to conduct market research on a concept under development by the USACE referred to as the EVV; see attachment 1.� �OCIO-G6 is seeking to clarify and further develop the concept and prepare USACE with the information to best pursue a competitive sourcing action should it choose to do so. �The information provided should consider the existing situation, current plans, and available or emerging market solutions. Background.� The USACE procured three IBM PureData Systems for Analytics data warehousing appliances to support the USACE EDW in 2013. These appliances will reach end-of-service for their lifecycle and will require replacement NLT the end of FY21.� There are three environments that will need to be analyzed and migrated to a new cloud-based solution:� production (PROD), development (DEV) and Continuity of Operations (COOP). �These systems are operating in two processing capabilities located in Vicksburg, MS and Hillsboro, OR.� This endeavor is not meant to technically replace the existing EDW in kind but introduce a new approach to data analytics and satisfy the functionality provide by the existing EDW.� USACE is currently planning on modernizing five strategic applications, which includes a planned migration to a cloud platform and integration with an enterprise EVV as part of their modernization efforts.� The five strategic systems are Financial Transaction Record (CEFMS), Program, Project and Services Management (P2), Construction Contract Administration (RMS), Army Owned Land Management (REMIS, and DoD Use of Third Party Real Property (RFMIS). The cloud platform for these future systems implementations has not been decided with the exception of CEFMS which has moved to the Oracle Cloud environment. Deliverables.� RFI submission should provide USACE with a proposed technical approach, gross estimation of the time required to implement the articulated concept, the type and magnitude of resources required to construct and operate the EVV as described or inclusive of the changes proposed by the vendor. � Objectives. Evolve EVV concepts and refine requirements from a more detailed market research effort relative to the current EVV concepts. Gain lessons learned through the experiences and information provided in response to this RFI which can be utilized to assist in judging the feasibility of the concept, cost drivers, and other factors most likely to impact the strategic solution implementation and operating costs. The submission by the vendor shall seek to demonstrate the feasibility of the following technical concepts: Pull only the data required to service active queries providing the most current information from the identified authoritative source(s). Support for multi-cloud data sourcing. Creates unified perspective of all data with full array of security controls Allows for rapid, intuitive and low-cost creation of custom views to meet mission requirements � much of which can be �self-service�. Information context awareness or utilities to facilitate the presentation and ease of locating relevant data. EVV can be an effective means of information system integration providing secure and managed connections between transactional systems within the same or different cloud platform. Demonstrate the potential speed for the implementation of an EVV concept and value realization. Proves current EDW mission support can be quickly migrated at an acceptable cost within one year. Can support structure and unstructured data. Can effectively employ geospatial data processing and presentations. Can be operated and scaled at a cost that is indicative of being superior to that of the current EDW approach and cost model. Can establish and monitor query performance service level agreements with the ability to identify bottlenecks and either suggest or automatically adjust resources to meet those defined service levels. Delivery of a report that documents all findings supported by a relevant demonstration of technology that achieves the objectives defined here within this RFI. Constraints Effort is considered market research and is not intended to make any commitment to future business. RFI responses must be submitted within 30 days of receipt. Must demonstrate multi-cloud capabilities. Solution articulated must be capable of being able to integrate and scale within approved USACE cloud platforms (Oracle, Azure, AWS). The Contractor shall protect sensitive information from unauthorized disclosure in accordance with Army and DoD Regulations. Place of Work Performance. The government expects the bulk of discovery and preparation of the work product to be accomplished virtually. Site Security.� Should site access be required, the Contractor shall be responsible for obtaining adequate security clearances and IAM/T Level II / III certifications as defined by DoD Directive 8570.1. All personnel will be required to follow any and all security and access rules and regulations (i.e., physical access or network access requirements) as set forth by the US Government in order to gain access to USACE offices or systems to perform work assignments or for the delivery of equipment. Government issued common access card required for entry. Travel.� Contractor shall be responsible for all travel costs. � Non-Personal Services. The Contracting Officer's Representative (COR) has been briefed on the avoidance of personal services and those actions that represent personal services. This organization has determined that the use of Contractor support to satisfy the requirements of this request is in the best interest of the government (economic and other factors considered). USACE has determined this request is not being used to procure services prohibited by Subpart 37.1 of the Federal Acquisition Regulations (FAR).� To counter the circumstances that infer personal services and to preserve the non- personal nature of this contract, Provide for direct supervision of all contract employees assigned to the task. Refrain from discussing issues such as skill levels and hours, salaries, cost and funding data, or administrative and personnel matters affecting Contractor employees with the COR. Ensure close communication/coordination with the COR, reporting problems to the COR as they occur. Do not permit government officials to directly interview potential Contractor employees, discuss individual performance, approve leave or work scheduling of Contractor employees, terminate Contractor employees, assist Contractor employees in doing their jobs or obtain assistance from the Contractor in doing Government job. Do not assign Contractor personnel to work under direct government supervision. Maintain a professional distance from government employees. Provide Contractor employees with badges, if appropriate, identifying them as Contractors. Ensure proper communications with the government (technical discussion and government surveillance is okay, but the government cannot interfere with the Contractor's legitimate exercise of discretion in meeting contractual requirements). Use work orders to document and manage the work and to define the details of the assignment and its deliverables. The government has the right to reject the finished product or result and this does not constitute personal services. When travel is required for the performance on a task, the Contractor personnel are only to travel as directed by their contract management. The Contractor shall provide suitable marking on all documents or reports generated, per FARll.106 and meet all other terms of this regulation.� Organization Conflict of Interest (OCI). Contractor and Contractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organization Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access of participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. Disclosures. The Contractor shall make no public announcement or disclosure relative to information contained or developed under this RFI, except as authorized by the Contracting Officer or the Public Affairs Office (PAO) associated with the Government project specific agency or installation. All data generated under this RFI shall become the property of the Government and distribution to any source by the Contractor is prohibited unless authorized by the Contracting Officer. Question should be submitted in writing to the RFI POC and will be accepted until 14 Sept 2020. The response to this RFI will be required to be delivered within 30 days of receipt. Upon receipt of all submissions, the government reserves the right to contact vendors for RFI submission clarifications. USACE POCs. Doug Pohlman, Contracting Officer, Douglas.e.pohlman@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1952039e7dd041ee8453671a647ff51e/view)
 
Record
SN05795367-F 20200913/200911230154 (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.