Back to tenders & grants page
TLA Threat Library
Receive Tenders like this by email

TLA Threat Library

TLA Threat Library has been closed on 11 May 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEFENSE INTELLIGENCE AGENCY (DIA).VIRGINIA CONTRACTING ACTIVITY

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

DEPT OF DEFENSE.DEFENSE INTELLIGENCE AGENCY (DIA).VIRGINIA CONTRACTING ACTIVITY

Industry:

Business Services

Status:

Closed

Timeline

Published:

27 Apr 2021

Deadline:

11 May 2021

Value:

Not available

Contacts

Name:

Christopher M Nietubyc

Scott Stoolmiller

Phone:

2022311882

2022316067

Description

https://sam.gov/opp/d996a72588e24a7b9df4efdb830fd36c/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1

THIS IS A SOURCES SOUGHT NOTICE ONLY: This request is for planning purposes only, it is not a request for offers, quotes, or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government will not be responsible for any cost incurred by interested parties responding to this notice. This notice is for Market Research only in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine the capability of potential sources. The Government intends to make a direct award to a qualified 8(a) firm pending the results of this market research.

Virginia Contracting Activity (VACA) anticipates establishing a contract under North American Industrial Classification System (NAICS) Code 541511 - Custom Computer Programming Services, with a Small Business standard of $30,000,000. VACA is issuing this notice in order to solicit capability statements from qualified sources to ensure sufficient competition exists to meet the Government's requirements. It is the Government's intent to use information gathered in response to this notice to assist in market research to determine whether to, in accordance with applicable laws, set-aside, solicit offers from all responsible sources or use the GSA Federal Supply Schedule (FSS). The anticipated length of performance is a nine (9) month Base Period and four (4) twelve (12) month Option Periods.

*Please note: VACA will make only one award from any solicitation resulting from this Sources Sought.

BACKGROUND:

This is a non-personal services contract to provide Defense Intelligence Threat Library Enhancement and Support.  The Defense Intelligence Agency (DIA), Technology and Long-Range Analysis Office, Acquisition Intelligence Division (TLA-3) provides guidance and oversight of threat and intelligence-mission-data support to the DoD acquisition process and programs by leveraging the Defense Intelligence All-Source Analysis Enterprise (DIAAE) to coordinate, produce, and maintain assessments of the future threat environment and IMD requirements for U.S. systems. In support of this mission, DIA/TLA-3 maintains the Defense Intelligence Threat Library (hereinafter “Threat Library”), which is a web application hosted on both Secure Internet Protocol Network (SIPRNET) and Joint Worldwide Intelligence Communications System (JWICS) that enables timely, relevant, and dynamic threat support to the defense acquisition community. This contract will enable continuing maintenance, support, and enhancement of the Threat Library.

Interested parties shall review the attached Synopsis of the Requirement and provide their capability to perform the requirements.  Be advised, do not simply submit a “generic” capability statement in response to this posting.  Rather, tailor it to this requirement.    

**Note, this effort is a renewal.  The current incumbent is Booz Allen Hamilton, Inc.

 

RESPONSE REQUESTED:

This notice is a market research tool being used to determine the availability and capability of potential sources prior to determining a procurement strategy. No basis for a claim against the Government shall result from a response to this notice. If a solicitation is issued as a result of this Sources Sought, information submitted in response to this notice may be used to determine the appropriate procurement strategy.  All qualified 8(a) firms are encouraged to respond.

INTERESTED FIRMS SHALL SUBMIT THE FOLLOWING:

  1. Name and address of company and or companies (if there is a teaming arrangement.) Include; mailing address, telephone, fax number, website address (if applicable), Point of Contact Name, telephone and email address of the individual(s) authority and knowledge to clarify responses with Government representatives. GSA FSS holders are encouraged to submit their current GSA FSS number(s) and appropriate SIN(S).
     
    1. Potential teaming arrangements-Describe whether the company intends to fulfill the subject requirement along, or whether a teaming arrangement is anticipated. The Government recognizes that one company may not possess all of the necessary knowledge, skills, and experience needed to meet the requirements specified in the Synopsis of the Requirement. If knowledge, skills or other expertise is obtained from this type of arrangement, vendors shall describe the efficiencies gained through teaming, but members need not be identified.
       
    2. Explain how expertise and experience gained through teaming will benefit the Government.
       
  2. Indicate business size, size standard and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business
     
  3. DUNS Number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, Partnership, Joint Venture, etc.) Companies also must be registered in the System for Award Management at http://www.sam.gov/portal/SAM/#1 to be considered as a potential source.
     
  4. Technical capability relevant to the requirement, including experience with Java, Angular 2, RESTful APIs, Postgress SQL, and other tools or applications required to maintain and enhance the Threat Library as described in the Synopsis of the Requirement.
     
  5. Technical experience managing web applications on Amazon Web Services, and especially any experience managing applications on classified networks.
     
  6. Security qualifications of personnel, to include DoD Directive 8570 (or its replacement) Information Assurance Technical Level II certification.
     
  7. Familiarity a with the DoD’s Risk management Framework (RMF) Process and Lifecycle Utility Service (PLUS) and experience with accreditation of applications for the DoD or DIA on SIPRNET or JWICS.
     
  8. Relevant past performance. Your capability statement should include a list of three (3) customers (preferably Government) within the past three (3) years highlighting similar work in nature, scope, complexity and a brief description of the scope of work. Your submission for relevant past performance must include for each customer:
     
  • Contract name/Contract Number;
  • Contracting Agency or Department, POC and contact information;
  • Yearly contract value (in $);
  • State whether your firm was the prime or a subcontractor;
  • Period of Performance;
  • Description of work and how it relates to the requirements.
     
  1. Proof of Top Secret Security Facility Clearance. The contractor shall hold a current and active TOP Secret Facility Clearance at time of award.  
     
  2. Representative sample of labor categories and rates for providing support services using GSA Schedule and SIN number(s), current unit rates (shown current year rate), as applicable.

Submission Instructions:

Interested firms responding to this sources sought must provide a capability statement demonstrating their experience, skills, and capability to fulfill the Governments requirements for the above.  The capability statement shall be in sufficient enough detail, but not exceed 5 pages, so that the Government can determine the experience and capability of your firm to perform the requirements specified in the Synopsis of the Requirement.  Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed.  DO NOT SUBMIT RESUMES. Respondents shall submit their response via email to the Point of Contacts provided below.  The page size is to print to a standard 8.5X11 inch paper using Times New Roman, 11-point font, with one inch margins using Microsoft Word.  The file shall be only one document, in PDF or Word, and shall be no more than five pages in its entirety.  Do not send a separate cover letter or any other document; submit only one file.  The response must be received no later than 12:00PM ET on May 11, 2021.   

Only electronic copies of capability statements will be accepted and should be emailed to: (Contracting Officer) [email protected] & (Contract Specialist) [email protected].  The email shall contain the following subject line: "TLA Threat Library Sources Sought".  Questions or answers will not be considered.  NO PHONE CALLS WILL BE ACCPETED or RETURNED.  The decision to proceed with the acquisition is at the sole discretion of the Government.  The Government may supplement this sources sought with market research oral presentations also at the discretion of the Government.

*Please note: The information regarding electronic products presented herein should not be construed as Government endorsement for these particular products.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more