Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2018 FBO #6215
MODIFICATION

70 -- DCGS-A Capability Drop 2 RFI-5

Notice Date
11/27/2018
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
6565 Surveillance Loop Building 6001 Aberdeen Proving Ground MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
DCGS-A_Capability_Drop-2_RFI-5
 
Response Due
11/27/2018
 
Point of Contact
Christopher M. Laird, Contract Specialist, Phone 443-861-5387, - Shaun M. Cronen, Electronics Engineer, Phone 848-667-6082
 
E-Mail Address
christopher.m.laird2.civ@mail.mil, shaun.m.cronen.civ@mail.mil
 
Small Business Set-Aside
N/A
 
Description
Update 27 NOV 2018 The Government would like to thank everyone who has participated in the DCGS-A Capability Drop 2 (CD2) market research to date. The feedback we received has been very informative and will have an impact on the CD2 program moving forward. As previously stated within this RFI, "Responses to this RFI may be used by the Government to determine invitees for a market research product demonstration based on criteria such as: number and quality of the responses, the number of CD2 requirements a solution can currently meet, operational or other history demonstrating the requirements, additional capabilities of interest to the Government, overall technical risk, and the limited availability of Government resources to accommodate a demonstration." As of 27 NOV 18, all invited vendors have been notified and have accepted their invitations for a Market Research Product Demonstration. Due to the number of responses we received, the Government does not have the capacity and resources necessary to accommodate a Market Research Product Demonstration from every company. While not every company could be selected for a Product Demonstration, the Test Harness, additional Test Data, and Product Demonstration Plan will nevertheless be made available to anyone who requests it. Please contact Shaun Cronen (shaun.m.cronen.civ@mail.mil) and Chris Laird (christopher.m.laird2.civ@mail.mil) with your Company's CAGE Code to obtain instructions on receiving this data. The Government anticipates releasing this information following the Market Research Product Demonstrations. The Government reiterates that the purpose of the Market Research Product Demonstrations are to understand the marketplace for the Government's CD2 requirements. The Product Demonstrations are not for companies to present additional capabilities, nor will the Government provide any feedback about the products being demonstrated. In addition, the Government will not respond to whitepapers, conduct debriefs, select awardees, or enter into any contracts based upon the Market Research. If a CD2 solicitation issues in the future, then vendors will be invited to submit proposals and to compete for a contract award subject to the terms and conditions of the solicitation. End of Update 27 NOV 2018 Update 02 NOV 2018 This update includes both the slides presented at Industry Day on 26 OCT 2018 as well as some of the Questions and Answers as posed by Industry to this RFI as well as those answered live at Industry Day. The Industry Day slides and Q&A Responses are FOUO and must be requested by emailing Shaun Cronen (shaun.m.cronen.civ@mail.mil), CPT Angela Burton (angela.d.burton16.mil@mail.mil), and Chris Laird (christopher.m.laird2.civ@mail.mil) along with your company's CAGE Code. End of Update 02 NOV 2018 1.0 Introduction Request for Information. This a Request for Information Only (RFI). Army Contracting Command - Aberdeen Proving Ground (ACC-APG) in support of the Program Executive Office Intelligence, Electronic Warfare, and Sensors (PEO IEW&S), Project Manager Distributed Common Ground System-Army (PM DCGS-A), is conducting market research to identify commercial items to satisfy current DCGS-A requirements pertaining to United States (U.S.) Army's DCGS-A Data Fabric and Analytics capability. The Government invites all business and academic organizations to respond to this RFI notice. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government may revise its draft requirements at any time, or may elect not to proceed with a procurement. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. This RFI is not an authorization to begin work, and the Government will not pay any costs that contractors may incur in response to this RFI. Contractors are not required to respond to this announcement, but may do so at their own cost. The United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. The Government also intends to hold an Industry Day in accordance with this RFI. The Government will not pay any costs resulting from attendance at an Industry Day. Additionally, the Government may conduct a market research product demonstration in accordance with all or part of this RFI. The Government will not pay any costs resulting from attendance or participation at a market research product demonstration. Only contractors that respond to this RFI are eligible to participate in a market research product demonstration, which is for market research purposes only. Due to schedule and other constraints, the Government may limit participation in a market research demonstration. The Government will not award any contracts solely as a result of a market research product demonstration. Failure to respond to this RFI, or failure to participate in a market research product demonstration, will not preclude contractor participation in any RFP or procurement, if any is issued. 2.0 Background The DCGS-A is a systems of systems comprised of an extensive intelligence architecture that enables distributed processing and information sharing of data from sensors and other sources across the globe; software tools to help the users perform the analyses, update, and share intelligence products; servers that store data and collected intelligence; and alignment to a set of common standards that enable integration of new technology, processes, and ideas. As technology evolves and new warfighting requirements emerge, the DCGS-A capability set needs to be updated to meet the user needs. This RFI is focused on identifying commercial items to upgrade/replace the current DCGS-A data architecture as well as introduce several additional analytics and system management functions. Specifically, Capability Drop (CD) 2 focuses on the modernization and enhancement of the DCGS-A Data Fabric and Analytics capabilities across multiple echelons, by providing a scalable solution that provides an adaptable Data Management Architecture (DMA), automated analytics, and common core services. Training and Doctrine Command (TRADOC) Capability Manager - Foundation (TCM-F) has developed, in conjunction with the Intelligence Center of Excellence (ICoE), Deputy Chief of Staff G2, Forces Command (FORSCOM) G2, and Intelligence and Security Command (INSCOM), a draft Capability Drop requirements document outlining the operationally relevant requirements for DCGS-A's Data Fabric and Analytics capability. Responses to this RFI may be used by the Government to determine invitees for a market research product demonstration based on criteria such as: number and quality of the responses, the number of CD2 requirements a solution can currently meet, operational or other history demonstrating the requirements, additional capabilities of interest to the Government, overall technical risk, and the limited availability of Government resources to accommodate a demonstration. Only companies that respond to this RFI, in full, with existing commercial items that currently meet or have the potential to meet, the Federal Acquisition Regulation (FAR) 2.101 Definition of a "commercial item," may be invited to a market research product demonstration. If requested, market research product demonstrations are intended to be completed prior to the end of Calendar Year 2018. 3.0 White Paper and Supporting Documentation Any interested business or academic organization should provide a response that addresses each section (1 through 4) below, as well as the Non-Disclosure Agreements in 6.0, no later than 1600 EST on 9 NOV 2018. Vendors that fail to fully respond to a section listed below may not be invited to a market research product demonstration. The supporting documents for this RFI are marked as For Official Use Only (FOUO). To obtain a copy of the supporting documents (Draft CD2 Requirements Checklist and CD2 Software Pricing Template) send an email with your organization name, address, and CAGE Code to Shaun Cronen (shaun.m.cronen.civ@mail.mil), CPT Angela Burton (angela.d.burton16.mil@mail.mil), and Chris Laird (christopher.m.laird2.civ@mail.mil). In addition, vendors may ask questions about the CD2 Requirements by emailing the previously mentioned Government points of contact by 1200 EDT on 19 OCT 2018. Responses to submitted questions may be posted as updates to this RFI. Responses to this RFI are due no later than 1600 EST on 9 NOV 2018 and must address the following information requests listed below in a white paper and requested attachments. The white paper shall not exceed 2 pages, not including cover sheet or cover letter, plus the Requirements Checklist and Software Pricing Template. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/7c68fd8f23bc401787d039cdcb1198ab)
 
Place of Performance
Address: BLDG 6001, 6565 Surveillance Loop Aberdeen Proving Ground, MD
Zip Code: 21005
Country: US
 
Record
SN05160554-F 20181129/181127230051 (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.