SOURCES SOUGHT
A -- Geospatial Intelligence Operations Support (GIOS)
- Notice Date
- 1/13/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- USACE GEOSPATIAL CENTER, CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592, ALEXANDRIA, VA 22315-3864
- ZIP Code
- 22315-3864
- Solicitation Number
- W5J9CQ-10-R-0003
- Response Due
- 1/22/2010
- Archive Date
- 3/23/2010
- Point of Contact
- Nilda Lugo, 703-428-6272
- E-Mail Address
-
USACE GEOSPATIAL CENTER
(nilda.e.lugo@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Geospatial Center (AGC) has a requirement for Geospatial Intelligence Operations Support (GIOS II). The purpose of this Request for Information (RFI) is to determine if there are sources capable of satisfying the government's requirements. No proposals are being requested or accepted under this RFI. Feedback addressing the clarity, feasibility, scope, and potential alternative means of meeting the government's requirement is sought. The anticipated North American Industry Classification System Code (NAICS) for these requirements is 541512. The business size standard is $25M. Your response should identify your business size (large or small) in relation to this NAICS Code. Contractor personnel will require DoD security clearances at least at the TOP SECRET/SCI level for key personnel. Handling of material up to a TOP SECRET/SCI is required. TOP SECRET Facility Clearance is required. Storage Clearances of at least the SECRET level are required. Capabilities Package: AGC is assessing the existence of sources and is requesting capability packages from industry on the requirements below. We are seeking a prime that must be capable of demonstrating at a minimum, items one (1) through seven (7) below. The prime may employ partners to complete at least 90% of the remaining items and may employ these partners to complete the top seven (7) as well, as long as the ability to demonstrate the top seven (7) items on its own has been fully demonstrated. Interested Sources shall possess an in-depth understanding of the requirements listed below. Responses must be limited to no more than 25 pages and must address the following specific areas: 1. Experience in providing enterprise-level support for planning, market research, data analysis, installation, testing, maintenance, and related areas of consideration in system architecture, network administration, systems administration, helpdesk, and information assurance for up to and including SIPRNET and JWICS. 2. Experience in providing technical support for application development, customer support, content administration and creation, web administration, web management and reporting, information engineering, and multimedia/online video (MOV) production through various delivery platforms to include the Internet, Intranet, PKI Internet, SIPRNET, and JWICS. 3. Experience in providing certification & accreditation (C&A) support to obtain and maintain full Authority to Operate (ATO) for both SIPRNET and JWICS. 4. Experience in providing SETA support with expertise in engineering, information technology, physical and life sciences, Geospatial Information Sciences (GIS), military operational concepts, contracting, DOD acquisition, and program management. 5. Experience in providing field operations support for GIS related requirements for both CONUS and OCONUS, including locations that may be subjected to hazardous conditions or war. 6. Experience in providing library support with cataloging and fulfilling requests for media or related geospatial information. 7. Experience in providing support with expertise in office automation and administrative processes, including VTC, graphic and audio/visual. 8. Experience in providing technical support with the use and implementation of Skyline products (TerraBuilder, TerraGate, TerraExplorer Pro and TerraExplorer, SkylineGlobe, TerraDeveloper) for geospatial requirements. 9. Experience in providing collection, storage, processing, quality control, dissemination, and related services to support Geospatial Intelligence Video (GIV) using full motion, high-resolution, interactive spherical video technology. 10. Experience in providing collection, storage, processing, quality control, dissemination, and related services to support Buckeye using LIDAR and other sensor technologies. 11. Experience in the production of military terrain and hydrologic analyses, databases and environmental studies. Interested Sources are discouraged to submit product literature in response to this RFI. Any submission of such product literature or 'catalog cut sheets' will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposals (RFP). AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. RESPONSES ARE DUE NO LATER THAN 22 JANUARY 2010, 10:00 AM. Direct all questions regarding this Sources Sought to the attention of Tabassam Salim, Contract Specialist, Phone: (703) 428-7863, Fax (703) 428-6995, E-mail: tabassam.salim@usace.army.mil and to Nilda Lugo, Center Contracting Chief, E-mail: nilda.lugo@usace.army.mil. This notice is not a Request for Proposals, Invitation for Bid, or Request for Quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/13972cc8917ca6ad17ddbe1cca27b4f5)
- Place of Performance
- Address: USACE GEOSPATIAL CENTER CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592 ALEXANDRIA VA
- Zip Code: 22315-3864
- Zip Code: 22315-3864
- Record
- SN02040951-W 20100115/100113234427-13972cc8917ca6ad17ddbe1cca27b4f5 (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 |