Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

D -- REQUEST FOR INFORMATION - SEARCHING FOR INFORMATION FROM CONTENT PROVIDERS ABLE TO PROVIDE OPEN SOURCE INTERNET DATA - Questions and Answers 01

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
611500037
 
Archive Date
9/10/2015
 
Point of Contact
Daniel Wartell, , Silvia Molinillo-Corral,
 
E-Mail Address
daniel.g.wartell.civ@mail.mil, silvia.molinillo-corral.civ@mail.mil
(daniel.g.wartell.civ@mail.mil, silvia.molinillo-corral.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers REQUEST FOR INFORMATION The Defense Information Systems Agency (DISA) is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. Overview/Purpose/ Description of Procurement: DISA has developed the Information Volume & Velocity (IV2) which is a Cloud-hosted enterprise service used, inter alia, to order open-source internet data from Content Providers. DISA seeks Content Providers that can provide open source internet data to its IV2 system. 2. Scope of Effort: Content Providers will consume data order requests (subscriptions) using a Representational State Transfer (RESTful) web service (the web service is documented, along with sample data, and delivered with a reference implementation). The Content Provider will then push gathered data to IV2 in JavaScript Object Notation (JSON) format using the RESTful web service. Open source internet data includes, but is not limited to news sites, social media platforms, blogs, micro-blogs, forums, and images. 3. Technical Characteristics: Prospective content providers will be required to possess the following technical competencies: a. The ability to extract internet data from new sites, social media platforms, blogs, micro-blogs, forums, images, etc. and various media formats (e.g. Word, KML, PDF, etc.) for those types of sources. b. Must be the primary obtainer of the open source internet data. c. Must not use or be using any architectural components that could be hostile to the USA; e.g. foreign proxy systems, 3rd party Content Providers, foreign corporations. d. Must have the ability to throttle their request at a specified rate. e. Must not influence the data sources. f. Must have the ability to de-duplicate source data. g. Must not be detected during the discovery of data. h. Must have the ability to identify and tag formatted Personally Identifiable Information (PII) and Health Insurance Portability and Accountability Act (HIPAA) data. i. Must have the ability to satisfy both a onetime data request and/or continuous data requests that produce results over time. j. Must have the ability to crawl other web content beyond the primary source, to copy all the pages they visit, and to deliver that data for later processing to IV2. 4. Requested Information: The Government requests the information below: a. Business Information aa. Business Name bb. Business Address cc. Commercial And Government Entity (CAGE) code dd. Business Size ee. Name and title of company representative b. Service to Industry aa. Does your company provide these services to commercial businesses? bb. What type of open source internet data does your company provide? cc. What is the standard volume and rate of data provided? dd. Is data typically provided on an incremental or constant basis? ee. What is the standard length of time that data is provided? ff. How are rates calculated for these types of services? gg. What is the unit of measure used to compute the charge for open source data? c. Service to Government aa. Does your company provide these services to any Government Agencies? bb. What agencies? cc. Please provide the Government contracting and program points of contact dd. Please provide the contract number and contract d. Recommendations aa. Please describe industry best practices bb. Please provide any recommendations or other pertinent information that you feel would be beneficial for this type of service RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 5 pages (excluding active or expired contracts with other Government agencies), single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than September 9, 2015, 5PM Eastern Daylight Time to daniel.g.wartell.civ@mail.mil. INDUSTRY DISCUSSIONS: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to daniel.g.wartell.civ@mail.mil and silvia.molinillo-corral.civ@mail.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to FBO. The Government does not guarantee that questions received after September 9, 2015, 5PM Eastern Daylight Time will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses DISCLAIMER: This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. The Government will not pay for information received in response to this RFI. Responders to this request are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/611500037/listing.html)
 
Place of Performance
Address: 6914 Cooper Avenue, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN03862292-W 20150830/150829000135-d0b2f6174ec3ff93552cff3e2c381b6d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.