The RFP Database
New business relationships start here

MarkLogic Support Services


Illinois, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

 

 

SOURCES SOUGHT ANNOUNCEMENT 



 


 

The Defense Information Systems Agency (DISA) is seeking sources for Joint Force Headquarters Department of Defense Information Network (JFHQ-DODIN)

 

 

CONTRACTING OFFICE ADDRESS:   

 

Defense Information Technology Contracting Organization (DITCO)

1 Overcash Ave.

Chambersburg, PA 17201

 

 

INTRODUCTION:

 

This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of HUBZone Firms to provide the required products and/or services.

 

The JFHQ-DODIN is seeking information for potential sources for knowledgeable and skilled support for MarkLogic database. The goal is to obtain support that will ensure JFHQ-DODIN is efficient and utilizing the database to its full potential. Potential sources must have the capabilities and knowledge to integrate the MarkLogic databases to web-based software and application solutions.

 

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:

 

JFHQ-DODIN Readiness and Security Inspection (DRSI) directorate’s mission of supporting inspection programs requires a platform to be stood up in the milCloud utilizing the Enterprise Non-Structured Query Language (NoSQL), Search Component and Application Server/Framework within Enterprise MarkLogic (the only Enterprise NoSQL database). MarkLogic software allows for flexibility of continual rapid pace growth and support of evolving processes. It also supports data schemes, while focusing on analytical processing (data mining, decision tree, bi-temporal aspect) and development of the application tool sets for output (automated web-based query builders and reporting with configurable visualizations).

 

DISA anticipates these services being performed from fiscal year 2019 through fiscal year 2020.

 

The activities described herein will take place at Fort Meade, MD.

 

REQUIRED CAPABILITIES:

 

a)      Potential sources shall be authorized resellers with authorization to provide MarkLogic support services.

 

b)      Potential sources shall describe their experience and ability to apply extensive knowledge providing technical and functional activities integrating MarkLogic databases with web based software and application services.

 

c)      Potential sources shall description their experience and ability to apply extensive knowledge supporting containerized applications in a cloud environment.

 

SPECIAL REQUIREMENTS

 

Must have Secret clearance.

 

SOURCES SOUGHT:

The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, Other Computer Related Services, with the corresponding size standard of $27.5 million, except for Information Technology Value Added Resellers who have a size standard of 150 employees.  This Sources Sought Synopsis is requesting responses to the following criteria ONLY from HUBZone 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 business 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. 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 HUBZone set-aside, two or more qualified and capable HUBZone 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 4:00 PM Eastern Daylight Time (EDT) May 23, 2019 to Cory.L.Worley2.civ@mail.mil. ; Interested businesses should submit a brief capabilities statement package (no more than five 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 personnel 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.


Cory L. Worley, Contract Specialist, Phone 7172679164, Email cory.l.worley2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP