SOURCES SOUGHT
D -- NISC Enterprise Support Tasking (NEST)
- Notice Date
- 12/1/2025 10:57:21 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- 693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- 693KA9-26-R-00003
- Response Due
- 12/16/2025 7:00:00 AM
- Archive Date
- 12/31/2025
- Point of Contact
- FAA AAQ 410 Contracting Office
- E-Mail Address
-
9-AWA-AAQ410-Contracting-Team@faa.gov
(9-AWA-AAQ410-Contracting-Team@faa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***THIS EFFORT WILL BE SET ASIDE FOR SMALL BUSINESSES*** NISC Enterprise Support Tasking (NEST) The Contractor must provide independent quality assurance and quality control of the currently operational NIMS/CMIS systems and its software rewrite efforts. This effort requires solution development, integration, database upgrading, and automation with other associated systems as stated within subsection C.1.3. Offeror will maintain NIMS/CMIS security certifications required to operate the software and its associated server hardware. In addition, the Contractor must provide system design, development and deployment of new systems to support the NISC V contract. The Contractor must also provide transition support to any potential new vendor at the contract�s end. C.1.3 Objectives The objectives of the NEST�s Scope of Work are to provide the following support: Software Architecture encompassing planning, design, and development for the NIMS/CMIS systems, KITT Financial Database (KFDB) reporting database, and NISC Invoice Approval Tool (NIAT) and future systems to support NISC V contract; Document NIMS/CMIS (including test, development, production and mirror instances) code revisions, testing, software upgrades, and implementation activities; Operations support for NIMS/CMIS for both NISC and TSSC by extracting and downloading Delphi and PRISM data into NIMS/CMIS for use by NISC and TSSC customers; Create integrated reports in KFDB to include funding and other pertinent information from FAA Systems (PRISM/Delphi); Maintenance support for the NIMS/CMIS application, i.e., troubleshooting, correcting data inaccuracies, responding to customer requests to make routine changes, and correcting defects as they are identified; Maintain and update CMIS, which is dormant. CMIS needs to be available to users during contract closeout and as requested by Project Management Office (PMO), Contracting Officer Representative (COR), and Contracting Officer (CO); System upgrades include developing and integrating financial dashboard (NED: NISC Enterprise Database) from the Contractor�s financial systems into NIMS based on requirements provided by the PMO to provide financial metrics such as Task Order EAC (Estimate At Completion), ETC (Estimate to Complete), Earned Value Measurement (EVM), and other financial metrics; Support and maintain the current level of security certification by interfacing with the FAA Cyber security organization and conducting the necessary security threat detection and system scans, resolution of cyber security issues and the associated updates to documentation such as System Characterization Document (SCD), System Security Plan (SSP), and Plan of Action & Milestones (POAM) fixes, and any other documents required by FAA�s cybersecurity team; Comply with FAA IT policies and guidelines to include PIV/My Access security authentication layer integrated into NIMS/CMIS; Transition-out NIMS/CMIS support to a potential new vendor over three � six months upon contract termination; Training NIMS/CMIS users and developing/updating User Guides as requested by PMO; Support implementing systems for future NISC V contract, while complying with all requirements from FAA Cyber Security organization. C.2 TRANSITION PLAN � PRIOR TO CONTRACT START The Contractor must submit a Transition Plan for execution during the transition period. The Plan must not be materially altered without the Government�s consent. The transition period will begin upon execution of contract award unless a later date is specified. The Contractor must propose the length of the transition period but must not exceed 120 days. The transition period is intended to provide the Contractor with time to perform due diligence functions associated with NIMS Capabilities. This includes the inventory of all systems, software, and third-party components that make up NIMS, as well as those systems and software that interface or integrate with it. Contractor will be paid for transition costs in accordance with its pricing proposal. Transition costs are defined as all costs expended during the transition period that are necessary and reasonable to assume operation, maintenance, and responsibility for the system. The Contractor�s transition plan must permit sufficient time for a deliberate and orderly turnover of the NIMS system but must not exceed 120 days. The Contractor must participate in technical discussions with the outgoing contractor for the purpose of ensuring a smooth transfer. If the Contractor does not initiate and comply in accordance with transition activities as outlined in its transition plan, any extra costs arising from the delay in meeting the timeline will be the Contractor's responsibility. The Contractor will only be compensated by the Government when the failure is not attributable in any way to the acts or omissions of the incoming Contractor. C.3 ACTIVITIES The Contractor must conduct the following tasks as outlined here and within the following subsections in support of systems documented within subsection C.1.3: Independent quality assurance and quality control As needed operations and maintenance of the accepted NIMS/CMIS software Data collection and analytical support Implementation and integration of financial system tools; and Maintenance and automation support Recommend and Implement systems for supporting the upcoming NISC V contract. C.3.1 Task 1 � Task Management Task management involves the activities listed below which are in direct support of the Statement of Work. The program management functions associated with specific tasks will be found in subsections C.3.1 through C.3.4. The Contractor must provide program/project management support for NIMS/CMIS as required below upon direction from PMO: Conduct and coordinate tasks assigned to manage the project; Provide required briefings, reports, business process models, workflow diagrams, analyses, plans, schedules, and other required documents needed to support the functions of the NIMS/CMIS projects; Provide work breakdown structures for managing the project and scope; Provide coordination and information exchange with stakeholders via meeting attendance and project status information; Provide support to the FAA�s Project Manager in the development, coordination, and review of plans and documentation necessary for the development, integration, and implementation of NIMS/CMIS and its associated system applications. This includes staffing plans, change proposals, implementation plans, documentation, analyses, and training plans, drafting notices/policies/directives for system operation, Solution assessment, and validation results as required; Develop and implement NIMS/CMIS Plans to include software development and/or upgrade as well as any necessary hardware upgrade or modification; Develop and maintain project schedules for implementation; Provide ability to track costs, budget and provide requisite financial control reports and variance reporting to the PMO; Support the development of project management plans and other required documentation. This support includes project management consistent with expected Project Management Lifecycles (PMLC); Management/project plans across expected Software Development Lifecycles (SDLC) and methods (e.g. waterfall, agile, iterative development models); Ensure requisite standards and metrics are applied for quality product delivery Develop and maintain a detailed plan to manage risks Provide details on the methodology and purpose of tools that will be used to manage the project; Support the NIMS/CMIS projects by participating in meetings as required and providing requisite action item tracking and consolidated monthly activity reports. Adhere to proven and repeatable software development practices that are approved and recognized in the industry as well as recommended by FAA IT standards. This support also includes: asset management which involves the management of current NIMS/CMIS systems and design and installation of new systems to support the NISC V contract, connectivity and installation support, relocation or consolidation of applications in the FAA�s cloud environment, , systematic tracking of hardware (H/W) and software (S/W) assets, inventory, H/W specifications, maintenance, , upgrading, S/W end-user license agreement (EULA) acquisition and management, S/W and H/W Maintenance Agreement, and asset reports; and Assist with the identification of business needs and scope, research and evaluate potential options and present recommendations with rationale for implementing a system to support the upcoming NISC V Contract C.3.2 Task 2 � NIMS/CMIS Operations and Maintenance, User Training, Helpdesk and Security Management Support The current application stack for NIMS/CMIS includes but is not limited to: Adobe ColdFusion, NetSuite, Fusion Charts, Java, Oracle, PHP, SAML. These applications are currently hosted in AWS Cloud Environment. NIMS/CMIS Operations and Maintenance consist of those activities required to download contract specific data from PRISM and Delphi and make it available to financial personnel managing the finances on participating contracts. The data must be presented in a format that is readable by the established user interfaces. The Contractor must undertake all activities required to manage the system and interfaces, maintain and resolve helpdesk tickets and provide the required user training. The Contractor is responsible for responding to all the data calls, performing requisite system changes and submitting compliant documents to ensure compliance with FAA�s Cyber Security organization, conduct and attend presentations, briefings and any other meetings that are required to obtain the Authority To Operate (ATO) status for the NIMS/CMIS systems as directed by the FAA IT and associated Cyber Security related policies and personnel in support of the AJW-2131 management. The Contractor must: Support the day-to-day operations of NIMS/CMIS with contract specific data that is accessible to only those personnel with authorized access, while adhering to FAA IT recommended frameworks encompassing but not limited to, Enterprise Risk Management (ERM) framework, Enterprise Architecture Framework, Data Governance (DG), Architecture Governance Board, IT Service Management (ITSM) and FAA Technology Roadmaps. This support broadly includes, without limitation, the following: Software architecture and design; Solution development and bug fixes; System enhancements and maintenance; Disaster recovery, archiving and backups; Assist with any system decommissioning requirements; Patching and updating applications, software upgrades; System/Platform administration support, including operating system and database upgrades; Cloud management support; Management of Plan of Action and Milestones (POAM) and security vulnerabilities remediation; Managing the CMIS/NIMS database, its interfaces, Application Programming Interface (API), Microservices, and associated data access tools, including related software upgrades; Maintaining CMIS/NIMS related financial data access tools; Producing financial data reports and maintaining requisite database and access tools; Recommending and implementing AI solutions to meet reporting requirements for all users Performing daily downloads of information from the FAA�s Delphi and PRISM financial systems into the CMIS/NIMS for both NISC and TSSC; Analyzing the downloaded information from Delphi and PRISM to identify and correct errors in the data and its placement in the tables Running scripts and refreshing the KFDB database and adjusting KFDB reports if required to meet business requirements, Coordinating and testing the financial interfaces to comply with any PRISM and Delphi upgrades and making changes to ensure the interfaces provide requisite data Enhancing System and reports to comply with policies as required; Responding to data calls from the security team in a timely manner; Coordinating yearly scanning of the systems with the cybersecurity personnel; Addressing and correcting application issues pertaining to scan results and ensuring compliance with FAA�s cybersecurity team; Coordinating with FAA IT personnel to resolve scan issues pertaining to the Windows and Database environments; Managing POAM in ATOM/SMART systems or any other FAA systems to ensure compliance; Procuring and installing SSL certs and licenses as required Drafting and submitting documentation such as SCD, SSP, etc. and participating in meetings required to maintain CMIS/NIMS ATO status to comply with Cyber Security Assessments and Accreditation that are required to be performed year-round and to reply to information requests from FAA Security Offices based on deadlines established by AJW-213 Program Office and FAA IT. This support includes, but is not limited to: Cloud security assessments; Code auditing to comply with cybersecurity requirements; Cyber security and information assurance; Intrusion detection; Event detection and monitoring; Virus detection; Inspections and associated assessment corrections or remediations or justifications; Security integrated with development (DevSecOps); FAA PIV security authentication integration. Provide 2nd level technical support to developers and Financial Analysts on all supported financial applications; Provide assessment of the impact of FAA Security Policies, design and provide remediation strategies and integration solutions to ensure compliance; C.3.3 Task 3 �Systems Support for NISC Contract Transition The vendor needs to provide system architecture, design, development and implementation support to meet the requirements of the NISC V contract. This support broadly includes, without limitation, the following: Assist with the evaluation and documentation of requirements for the new NISC V Contract Conduct and participate in Joint Applications Development (JAD) meetings to understand requirements Recommend system architecture and design to support the NISC V Contract to meet business requirement, including without limitation, the following: Develop draft and final software recommendations, system architecture and design and implement the AJW-2131-approved architecture and design through software code. This support includes without limitation the following: Initial Operational Capability (IOC) development and Full Operational Capability (FOC) completion, while adhering to FAA IT recommended Enterprise Risk Management (ERM) Framework; Enterprise Architecture Framework; Data Governance (DG); Architecture Governance Board; IT Service Management (ITSM); Research support; Cloud Solution Strategy (including support for Cloud Architecture & Planning, Cloud Migration, Cloud infrastructure operations & service management); Technology standards; Solution standards; Product roadmaps; Technology roadmaps; Technology refresh and legacy systems modernization strategy; Perform thorough requirements gathering, management and analysis to track and trace each requirement through development, test and deployment cycles as well as mapping it back to the project mission statement and the organization�s goals and objectives. This support includes, without limitation, the following: Requirements/Scope Management; Enterprise analysis; Functional requirements; Specifications; Use case development; Agile requirements; Process models; Context diagrams; Functional decomposition; Security requirements; User requirements; User acceptance criteria; Non-functional requirements; Regulatory requirements; Service requirements; Process requirements; Product requirements; Usability requirements. Provide Acquisition and logistics support to procure/install/maintain all the necessary hardware, software, which also includes acquiring and commissioning the necessary account services with cloud-based service providers that are authorized and approved by FAA IT Facilitate development, set-up and deployment of new systems/applications to meet NISC V contract requirements, Facilitate setting up the integration between the new system and FAA�s backend systems (Prism/Delphi) for the NISC V contract Provide detailed test and evaluation (T&E) plan to ensure that T&E activities are included in the Project Management Plan. This support as applicable includes, without limitation, the following: Requirement Traceability Matrix (RTM); Functional Testing (e.g., Beta/acceptance testing; Integration testing; Interface testing; Regression testing; Sanity testing; Smoke testing; System testing; Unit testing); Non-Functional Testing (e.g., Compatibility testing; Compliance testing; Install testing; Load testing; Localization testing; Performance testing; Recovery testing; Reliability testing; Security testing; Stress testing; Usability testing; Volume testing); Independent Verification & Validation (IV&V); Quality Control (QC); Quality Assurance (QA); Test automation; Testing strategy; Security testing; Facilitate setting up reporting mechanisms and dashboards to consolidate and analyze data from NISC IV and NISC V contracts Coordinate with FAA�s cyber security for compliance and ensure that the new systems are Authorized to Operate within FAA C.3.4 Task 4 � Transition Plan Transition-IN Plan Contractor must provide a Transition Plan that describes in detail its approach, process, resourcing, any anticipated risks and responsive risk mitigation strategies, and schedule for providing a structured, thoughtful, effective, and orderly transition from the outgoing NEST contractor. The transition plan at a minimum must address the following areas: Transition Plan Contractor Assumptions Contractor�s Proposed Team Structure Contractor�s understanding of the Transition Plan Scope Proposed approach to business process and technology knowledge transfer Proposed Transition Plan Schedule Proposed Risk Mitigation Strategies in support of Transition Proposed Transition Staffing and Resourcing Proposed Change Management Transition-OUT Plan Contractor must develop and execute a plan to transition system support to any potential future vendor without operational impact on the systems. ***THIS EFFORT WILL BE SET ASIDE FOR SMALL BUSINESSES***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ecbb02fb93cb41659364cb77de0f5b68/view)
- Place of Performance
- Address: Washington, DC 20591, USA
- Zip Code: 20591
- Country: USA
- Zip Code: 20591
- Record
- SN07654367-F 20251203/251201230036 (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 |