Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2015 FBO #5125
MODIFICATION

58 -- DCGS-A Increment 2 EMD

Notice Date
12/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG - Aberdeen Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
DCGS_A_Increment_2_Government_Furnished_Information(GFI)
 
Point of Contact
Mike Sherick, Phone: (443) 861-4808
 
E-Mail Address
Michael.G.Sherick.civ@mail.mil
(Michael.G.Sherick.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 01 is released to encourage companies to request and submit hard drives Now. This is in preparation of PM DCGS-A Increment 2 EMD RFP release. Companies that wish to obtain DCGS-A software DCGS-A V3.2.4 and Tactical Cloud Reference Implementation (TCRI) V1.0 software baselines (GFI) are encouraged to submit both a request and a hard drive to the Government now. Companies should indicate their intent to bid as a Prime Contractor in the subject line and body of the email request. Please follow the request instructions below. DCGS-A baseline V3.2.4 can be delivered via hard drive and or Virtual Hosting Environment. TCRI V1.0 baseline will be available via hard drive only. ******************************************************************************************************************************************** THIS NOTICE IS TO PREPARE FOR THE RELEASE OF PM-DCGS-A'S INCREMENT 2 EMD GOVERNMENT FURNISHED INFORMATION (GFI).THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THE GOVERNMENT DOES NOT ASSUME ANY RESPONSIBILITY FOR ANY COST ASSOCIATED WITH RESPONDING TO THIS NOTICE, AND SUCH COST WILL NOT BE REIMBURSED. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) in support of the Project Manager Distributed Common Ground System-Army (PM-DCGS-A) hereby issues this announcement in preparation of the release of DCGS-A Increment 2 Engineering, Manufacturing, and Development (EMD) Government Furnished Information (GFI). The GFI shall consist of DCGS-A's tactical software baseline V3.2.4, Tactical Cloud Reference Implementation (TCRI) software baseline V1.0, and relevant technical documentation, to include documentation previously released in the Increment 2 FedBizOps Reading Library. This announcement constitutes the commencement of administrative documentation and logistical preparation required for timely access to DCGS-A Increment 2 EMD GFI. In response to Prime Offerors intent to provide proposals for DCGS-A's Increment 2 (EMD) requirement, the Government desires to release GFI to all Prime Offerors. Prime Offerors are requested to provide proposal intents within five calendar days from the release of DCGS-A's Increment 2 RFP announcement. Instructions for providing proposal intent will be included in the RFP announcement. Upon the receipt of intents, and if Offerors are approved, GFI will be disbursed. The release of this GFI is intended to provide Prime industry partners with DCGS-A technical information prudent for providing a response to the PM DCGS-A's Increment 2 RFP. An Increment 2 RFP announcement is forecasted for the 1st quarter of fiscal year 2016. Only Contractors who intend to provide proposals as a Prime offeror will be granted access to this technical (GFI) information. Subcontractors who require access must partner with Primes to gain access. To obtain approval for receipt of GFI, offerors are required to complete a Distribution and Non-Disclosure Agreement (NDA), and a PM DCGS-A Configuration Management (CM) & Software (SW) Licensing Product Request Form (see attached). Primes who wish to distribute GFI to their Subcontractors must provide a complete (signed) NDA and PM DCGS-A CM & SW Licensing Product Request Form for each Subcontracting Company requesting access. These documents must be submitted to Mr. Wai Wong at wai.l.wong6.civ@mail.mil. Email request submissions must: • Specify desired delivery method for the DCGS-A baseline V3.2.4 (hard drive and/or Virtual Hosting Environment). • Include full company names. • Include Commercial and Government Entity (CAGE) Codes, or a copy of company's incorporation certificate, state/provincial business license, sales tax identification form, or other documentation which verifies the legitimacy of the company. • Include proposal point of contact full name and email address. Upon the submission of all forms and the receipt of intent to provide proposals, the GFI information will be available to Prime offerors via two disbursement methods. Approved Prime Offerors can obtain the DCGS-A software baseline V3.2.4 within a Virtual Hosting Environment and/or obtain a hard drive with the software for installation. Requestors who wish to receive this software baseline only via the virtual hosting environment can still receive all other GFI via hard drive. To gain access to the virtual hosting environment, each interested party will be provided a Virtual Private Network (VPN) login that will allow unlimited access to a dedicated DCGS-A software instance. Please note only one VPN access per Prime offeror will be granted. The Point of Contact for all virtual environment access or technical related concerns is Mr. Michael Hinman at Michael.S.Hinman2.ctr@mail.mil. VPN access will be shut off upon completion of the DCGS-A Increment 2 EMD Source Selection. Offerors who desire hard drive downloads are required to mail blank external eSATA or Firewire hard drives with a minimum capacity of 2.5TB, along with self-addressed return postage-paid packaging material to include delivery confirmation to: Software Engineering Center 6006 Combat Drive Floor B5-101 Aberdeen Proving Ground, MD 21005 Attn: Ellen Sulerzyski (443)861-3737 // Veena Bangar (443)861-3740 Please note only one hard drive per Prime offeror will be accepted. Please note the DCGS-A baseline V3.2.4 requires specific hardware to operate (see attached list). It is the offerors responsibility to secure the appropriate hardware. The Point of Contact for this notification and any questions may be directed to Michael.G.Sherick.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4085e8106cb10cb061115150167c1f99)
 
Record
SN03960308-W 20151205/151203234708-4085e8106cb10cb061115150167c1f99 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.