SOURCES SOUGHT ANNOUNCEMENT
The Defense Information Systems Agency (DISA) Global Combat Support System Joint (GCSS-J) Program Management Office (PMO) has a requirement for data integration and analysis services to support the GCSS-J system. The PMO will require services to help in the design of its GCSS-J Query and Reporting Strategy. This shall entail analyzing the requirement's authoritative data source as well as locating data sources and algorithms to satisfy requirements if data source is not provided. Moreover, the PMO will require examination of database structure, schemas, architecture and sources for accuracy and currency. The requirement will also be comprised of determining options for accessing the data and the development of the Structured Query Language (SQL) statements to execute the queries.
The PMO is also seeking support services in support of System Acceptance Test & Operational Test and Evaluation. This entails providing input and guidance to the GCSS-J team during the development of test scenarios to help simplify the test strategy and obtain an accurate assessment of the GCSS-J system capabilities.
CONTRACTING OFFICE ADDRESS:
DISA/PSD, PL6
PO Box 549
Fort Meade, MD 20755
INTRODUCTION:
This requirement encompasses a multitude of responsibilities and therefore requires Subject Matter Experts (SMEs) with knowledge in the following fields: data sources, data analysis and testing, authoritative and non-authoritative data sources analysis (to determine ability to satisfy GCSS-J requirements), and data quality standards. In addition, the PMO is seeking services for developing queries, testing and evaluating software products, and data traceability.
This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of all businesses large and small (including the following subsets: Small Disadvantaged Businesses, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone and Woman Owned Small Businesses) to provide the required products and/or 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.
CONTRACT/PROGRAM BACKGROUND:
The current GCSS-J Data Analysis contract is performed by a small business under contract HC1047-14-C-4014. The current contract is a small business set-aside.
The anticipated need for these services is on or about May 22, 2019.
The anticipated location of the services is Fort Meade, MD.
REQUIRED CAPABILITIES:
The PMO will require the analysis of seven (7) potential new GCSS-J data sources and six (6) new data sources in support of Combatant Command Logistics Common Operational Pictures (LogCOPs) per contract year. The PMO also requires support services for its GCSS-J/Source System Interface Control Documents (ICDs). This work will entail the review of GCSS-J data source ICDs annually to ensure accesses are accurate. The findings from the review shall be documented in the form of a report and include the following:
• Definition and detailed description of data source and system (if applicable).
• List of tables which would provide the data to satisfy the GCSS-J data requirements.
• A detailed description of the source's ability to meet the specified requirement and any other Measure of Performance (MOP) and Combatant Command 129 Requirements Docments (CC129) not currently implemented.
• Recommendation on attributes by which to retrieve the requested information.
• Documentation of indexes or lack of indexes on attributes used to retrieve required information.
• Recommended additional access controls.
• Recommended additional queries.
• Analysis of source system's data quality.
The Contractor shall provide subject matter expertise to the existing GCSS-J data sources that are arranged systematically into groups of these recognized capability areas related to:
• Force Support
• Logistics Deployment and Distribution
• Logistics Supply
• Logistics Operational Contract Support
• Logistics Visualization Services
• Logistics Base and Installations Support
Describe your experience working to analyze and sort data in any of the aforementioned capability areas.
The Government requires data integration, testing, and analysis in support of its GCSS-J system. Describe your ability to provide services in the following areas:
1) Analysis of authoritative and non-authoritative data sources.
2) Data Traceability
3) Examination of database structure, schemas,architecture and sources for accuracy and currency.
4) Query development
5) Test and evaluation of data integration and analysis software products.
6) Help desk and user support when issues arise regarding data integration and analysis.
Discuss your experience working with any of the following software packages, applications, or services: UNIX Workstation, SQL/SQLPlus, ERWin/ERx 3.0, Query Builder, JBOSS, Enterprise Data Services (EDS), and Web Services. Discuss your experience working with the following: Windows 2003 server and Windows 7 workstations, Sun Ultra workstations and enterprise servers, Sun UNIX, X86 environment, and Linux operating system.
The contractor must possess a Secret facility clearance and personnel performing work on this contract must possess a minimum Secret clearance. IT-II level access is required as well.
SOURCES SOUGHT:
The anticipated North American Industry Classification System (NAICS) Code for this requirement is 541512 (Computer Systems Design Services), with the corresponding size standard of $27,500,000. This Sources Sought Synopsis is requesting responses to the following criteria from large and 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) Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT, VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), 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.)
Vendors who wish to respond to this should send responses via email NLT 28 November 2018 at 4:00 PM Eastern Daylight Time (EDT) to brandon.s.rizkallah.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than 5 pages) demonstrating ability to perform the services listed in this Technical Description.
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.