RFI - NCIS Case Management System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
This notice serves as an UPDATE to a previous Request for Information (RFI) regarding a Case Management System (CMS) for the Naval Criminal Investigative Service (NCIS). NCIS has determined a solution available through a DoD ESI BPA meets its requirements for a minimally viable product pilot. This update includes a redacted brand name justification for a sole-source award of an Appian Starter Kit License Subscription, specifically for DoD ESI BPA contractors only.
Purpose & Background
Initially, NCIS conducted market research via an RFI to define requirements and assess industry capabilities for a robust CMS to enhance operational capabilities for investigations, law enforcement, and counter-terrorism. Following this research, NCIS Headquarters has justified a sole-source award for the Appian Starter Kit License Subscription. This is required to continue the modernization of NCIS's Consolidated Law Enforcement Operations Center (CLEOC 2.0) by utilizing the Air Force Office of Special Investigations' (AFOSI) ORION solution, which is built on Appian technology.
Key Requirements
The requirement is for an Appian Starter Kit License Subscription for the ORION solution. The procurement will be a Firm Fixed Price Task Order (TO) with a 12-month Period of Performance. This includes an MVP deliverable within 8 weeks from award, followed by maintenance and support for the remaining 10 months.
Rationale for Sole Source
The acquisition is justified under FAR 8.405-6(b) because Appian's software is proprietary and the only product capable of meeting the Government's current investigative and case management needs using the existing ORION source code. Appian's low-code platform is uniquely compatible with the ORION solution, and Appian is the sole owner of the intellectual property. Furthermore, Appian possesses the necessary FedRAMP IL V certification, which no other comparable low-code application platform (LCAP) has.
Contract Details
- Type: Firm Fixed Price Task Order (TO)
- Award Vehicle: DoD ESI BPA (Brand Name Justification)
- Duration: 12 months (8 weeks for MVP, 10 months for maintenance/support)
- Department/Agency: Department of the Navy, NCIS Quantico, VA
Eligibility
While the initial RFI sought feedback from various small and large businesses, this specific procurement is a sole-source justification for an Appian Starter Kit License Subscription and is only for contractors on the DoD ESI BPA. No general set-aside designation applies to this specific sole-source action.
Market Research
An RFI was issued on SAM.gov, which received 51 submissions. This market research informed the determination that Appian was the most viable solution. Appian is available under GSA Advantage, SBIR III, and DoD ESI via a BPA with three resellers.
Notes
This notice is an update to a previous RFI. A market review will be conducted for future procurements to maximize competition.