Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SPECIAL NOTICE

70 -- PM DCGS-A Battalion Echelon Market Research

Notice Date
12/2/2016
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-DCGS-A-Battalion
 
Archive Date
1/20/2017
 
Point of Contact
Prettina Biedenkapp, Phone: 4438615392, Dean Tallant,
 
E-Mail Address
prettina.j.biedenkapp.civ@mail.mil, dean.w.tallant.mil@mail.mil
(prettina.j.biedenkapp.civ@mail.mil, dean.w.tallant.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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 and/or non-developmental items to satisfy current DCGS-A Increment 1 intelligence capability requirements (draft) at only the battalion echelon. The Government invites all business/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. 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. All information submitted in response to this announcement is voluntary; 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. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 Background The DCGS-A is a systems of systems that is 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. DCGS-A will continue to contribute to visualization and situational awareness (SA), thereby enhancing tactical maneuver, maximizing combat power and enhancing the ability to operate in an unpredictable and changing environment throughout the operational spectrum. This RFI is being issued to determine the immediate availability of commercial items or non-developmental items software that can meet the DCGS-A BN requirements (draft). 3.0 White Paper and Battalion (BN) Requirements (draft) Spreadsheet Interested contractors should provide a white paper (maximum 10 pages) to describe their proposed solution, and return a completed BN Requirements (draft) Spreadsheet no later than 5 January 2017. Please note, the BN Requirements (draft) Spreadsheet, with supporting documentation, are marked as For Official Use Only (FOUO). To obtain a copy of the spreadsheet and related documents, please send an email with your Company Name, Address, and CAGE code to dean.w.tallant.mil@mail.mil and prettina.j.biedenkapp.civ@mail.mil. The white paper must address at a minimum the following questions and information requests listed below: 1. Describe the proposed solution you offer and describe the type of hardware required to run your BN solution software to include the device type, hard drive space, system memory, graphics card, and CPU requirements. 2. Provide a Rough Order of Magnitude of applicable costs of the proposed solution, to include licensing costs (e.g. unlimited enterprise, term (with range pricing), perpetual, follow-on maintenance support). Include whether your software requires a Field Service Engineer (FSE) or Field Service Representative (FSR) and associated costs. Using a FFP contracting mechanism, what is a reasonable amount the government should expect to pay for a minor modification? 3. Explain the list of standards that are implemented in your system and sub-systems which facilitate how data ingresses/egresses through defined system interfaces in order to support a modular and open systems approach. 4. Provide a detailed list of data types/sources that can be ingested and persisted within system boundaries (Unstructured Text Data (Reports), Entity Data (People, Places, Things), and multi-modal Sensor Data (Images, Video) are examples). 5. Explain how your solution would perform data synchronization and maintain interoperability with DCGS-A Increment 1 horizontally and vertically across Army echelons (e.g. with their higher headquarters, with the Army Fixed Sites). 6. Explain how your solution would perform over a network that experiences latency, intermittent connectivity, and moments of total network disconnection. Explain how the capability would still operate under these condition and any limitations that may exist. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry. This RFI is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Government will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the Government reserves the right to contact any respondent to this notice for the sole purpose of enhancing understanding of the notice submission. All material provided will be treated as confidential. Company proprietary data will be reviewed by Government employees and authorized representatives only. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. An Industry Day is planned for DCGS-A at Aberdeen Proving Ground, MD on 16 December 2016, hosted by PEO IEW&S and Intelligence Center of Excellence (ICoE), to further discuss the draft BN requirements, tactical environment conditions, and the overall Market Research process. Feedback and questions provided NLT 9 December 2016 will be addressed as part of the Industry Day in order to facilitate the written response submissions on 5 January 2017. Please visit the following website for all Industry Day details and registration at http://dcgsevents.com. The response date for this market research is 5 January 2017. All responses to this RFI may be submitted via e-mail to dean.w.tallant.mil@mail.mil and prettina.j.biedenkapp.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da021dd6727d8be7e6f4442a31523710)
 
Place of Performance
Address: United States
 
Record
SN04341360-W 20161204/161202233837-da021dd6727d8be7e6f4442a31523710 (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.