Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
MODIFICATION

70 -- DCGS-A Capability Drop-2, RFI, Industry Day

Notice Date
12/6/2017
 
Notice Type
Modification/Amendment
 
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
DCGS-A_Capability_Drop-2
 
Point of Contact
Christopher M. Laird, Phone: 443-861-5386, Shaun M. Cronen, Phone: 848-667-6082
 
E-Mail Address
christopher.m.laird2.civ@mail.mil, shaun.m.cronen.civ@mail.mil
(christopher.m.laird2.civ@mail.mil, shaun.m.cronen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Industry Day Reminder: Industry Day is planned for DCGS-A Capability Drop-2 at Aberdeen Proving Ground, MD on 19 December 2017. Register NLT 1200, 15 Dec. 2017. Link: http://dcgsevents.com Details of the Industry Day are listed on the http://dcgsevents.com The FOUO documents 1 through 5 are no longer being sent to vendors past the deadline of 17 Nov. 2017. The deadline for submitting whitepapers expired on 17 Nov. 2017. The date of this special notice is extended to 15 Dec. 2017 for the reminder of Industry Day only. 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 Fixed Site facilities. 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. Government may elect not to proceed with a procurement after the results of the RFI. 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 AN/FSQ-209(V)1, commonly referred to as the Distributed Common Ground System-Army (DCGS-A) Intelligence Processing Center Version 1 (IPC-v1), is a state-of-the-art battlefield intelligence system that hosts DCGS-A software at US Army Fixed Site facilities. It provides fully integrated and timely intelligence on the battlefield. The DCGS-A IPC-v1 is the core framework for a worldwide distributed, network centric, system-of-systems architecture that conducts collaborative intelligence operations and production. The system is housed in the DCGS-A Fixed Site facilities and consists of privately hosted servers and storage arrays. This RFI is specifically focused on identifying commercial items to upgrade/replace the DCGS-A IPC-v1 enterprise data warehouse component, also known as the "Brain." Specifically, the Government is seeking capabilities that can dynamically ingest data from multiple sources, index and store that data, provide common/open interfaces to securely access that data, and to enable data discovery. TRADOC Capability Manager - Foundation (TCM-F) has developed, in conjunction with the Intelligence Center of Excellence (ICoE), a draft Capability Drop requirements document outlining the operationally relevant requirements for DCGS-A's enterprise data warehouse. To update the DCGS-A system of systems effectively through a series of Capability Drops, PM DCGS-A has provided a draft DCGS-A Reference Architecture (RA) that is based on Modular Open Systems Architecture (MOSA) principles and aligned to the Defense Intelligence Information Enterprise (DI2E) Reference Architecture Services View - 4 (SvcV-4). The components of the RA that are relevant to this RFI are the Data Ingress, Data Processing, Data Persistence, and Data Egress modules and their associated interfaces. It must also be able to support Data Analytics in future releases by providing well-defined, industry standards-based, software interfaces. In support of the Reference Architecture, a Conceptual Data Model (CDM) has been provided which identifies, at a high-level of abstraction, the relevant entity classes that are managed or involved in the Intelligence, Surveillance and Reconnaissance (ISR) activities within the scope of DCGS-A and the principal relationships between those entity classes. Additionally, the enterprise data warehouse solution needs to be flexible enough to adapt to changes in the architecture and data model, as well as the addition of new, and modification of existing, data sources. 3.0 White Paper and Supporting Documentation Any interested business or academic organization should provide a white paper that addresses each section below no later than 17 NOV 2017. The supporting documents for this RFI are marked as For Official Use Only (FOUO). To obtain a copy of these supporting documents (Draft Capability Drop document, Reference Architecture, Conceptual Data Model, Enterprise Data Warehouse Capabilities Crosswalk, Government Standards) send an email with your organization name, address, and CAGE and SMO codes to Shaun Cronen, shaun.m.cronen.civ@mail.mil and Christopher Laird, christopher.m.laird2.civ@mail.mil. The white paper must address, at a minimum, the following information requests listed below: Section 1: Draft Capability Drop Document Fully Describe your solution's ability to meet each requirement within the draft Capability Drop document, as well as providing any comments about the requirements as currently written. To enhance understanding of the requirements within the draft Capability Drop document, a draft capabilities crosswalk spreadsheet has been provided that expands on the requirements as written. Section 2: Summary of Approach (A) Provide a summary of your approach to meet the capabilities outlined in the draft Capability Drop document. In a diagram format, similar to the draft DCGS-A Reference Architecture (RA) Data Layer Implementation in the DCGS-A Technical Reference Model (TRM) (Figure 5) and as described in Section 3.2.2. Identify your technology component(s) that will meet the capabilities for Data Ingress, Data Processing, Data Persistence, and Data Egress. Also describe how your solution is scalable, extensible, and able to support the integration third-party tools, such as Data Analytics and Authentication and Authorization solutions. Provide supporting technical description for each identified technology component and the applicable standards leveraged. (B) If your solution can provide more than the Data Ingress, Data Processing, Data Persistence, and Data Egress modules outlined on Figure 5 and Section 3.2.2 of the draft Reference Architecture, provide a diagram and full description of your solution for these additional capabilities. These may include, but are not limited to: data synchronization & replication, data analytics (e.g., automated entity and relationship extraction, data fusion), operating in a disconnected, intermittent, and/or limited (DIL) environment, automated system and data source integration, interoperability, etc. If these additional capabilities incur additional costs over the base capability, enumerate those separately in Section 10: Costs. Section 3: Modular Open Systems Architecture (MOSA) Explain how your proposed solution supports a modular open systems architecture approach. Provide a list of standards and defined system interfaces anticipated to support the draft Reference Architecture. Section 4: Reference Architecture (RA) (A) DCGS-A has provided a draft Reference Architecture. Provide any suggestions, critiques, or methods on how this could be improved, limited to the scope of this RFI (Data Ingress, Data Processing, Data Persistence, Data Analytics [if relevant], and Data Egress). (B) (Optional) Provide any additional suggestions, critiques, or methods on how the other sections of the DCGS-A Reference Architecture could be improved. Section 5: Data Source Adaptation DCGS-A's fixed sites ingest hundreds of different data sources, with new sources being added each year. Describe how your solution adapts when new data sources and new data types (structured, unstructured, and/or binary) are introduced, including the process for adding a new data source and exposing that data to other tools in the system (e.g. indexing, query). Also explain how your solution is flexible and scalable to accommodate data ranges from terabytes up to ten petabytes. Section 6: Security (A) Provide applicable documentation identifying methods, procedures, and/or processes that meet DoD certification requirements, per security domain (NIPR, SIPR, JWICS, NSANet, as well as any relevant coalition networks), in accordance with the NIST Risk Management Framework (RMF). In addition, identify any current certifications or accreditations that your system may have. (B) Many of the data sources that the DCGS-A ingests only exist on classified networks and will require classified data adapters. If asked to integrate these classified data sources, describe how you will provide cleared facilities and personnel to support this task. Section 7: Commercial Items Describe how your solution meets the Federal Acquisition Regulation (FAR) definition of a Commercial Item. Identify the scope of "minor modifications" or "custom configurations" required to fully meet the requirements identified within this RFI. Section 8: Cloud Hosting Explain your approach to support and/or migrate between (1) privately-hosted, (2) commercially-hosted, or (3) hybrid cloud computing models. In addition, provide any information relevant to the Intelligence Community - Information Technology Enterprise (IC-ITE) Commercial Cloud Services (C2S), and AWS GovCloud, if applicable. Section 9: Costs Using the attached CD2 Software Pricing Template provide the following: (A) Provide a Rough Order of Magnitude (ROM) of applicable costs for the proposed solution as described in this RFI. The ROM should include licensing costs (e.g., unlimited enterprise, term (with durations and price ranges), perpetual), follow-on maintenance support (to include new data source integration, or costed separately on a per-item basis), training costs and the option for persistent, on-site engineering support. The ROM should also include an enumerated cost for hosting within a public cloud environment (as per Section 9) to include estimated storage and processing requirements. Use the attached Software Pricing Template for quantity ranges. (B) Provide a Rough Order of Magnitude (ROM) of applicable costs for the proposed solution as described in this RFI, with full Government Rights for a third party to maintain the system and provide new data source integration. The ROM should include licensing costs (e.g., unlimited enterprise, term (with durations and price ranges), perpetual), regular software license maintenance, and training costs. The ROM should also include an enumerated cost for hosting within a public cloud environment (as per Section 9) to include estimated storage and processing requirements. Use the attached Software Pricing Template for quantity ranges. (C) The Army is required to perform an Analysis of Product Support Alternatives (APSA) to determine the most cost efficient method of providing long-term support and maintenance of software products. To support this analysis, in lieu of Licensing Costs, provide a Rough Order of Magnitude (ROM) for the Government to procure the full source code and executables (including unlimited rights) of your solution. 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, including any subsequent product demonstrations. 4.0 Industry Day An Industry Day is planned for DCGS-A at Aberdeen Proving Ground, MD on 19 December 2017, hosted by PEO IEW&S and Intelligence Center of Excellence (ICoE), to discuss the Draft Capability Drop 2 Requirements, the Fixed Site Mission, RFI Feedback, and Q&A. Please visit the following website for all Industry Day details and registration at http://dcgsevents.com. Selected comments, questions, and feedback provided NLT 1 December 2017 will be addressed as part of the Industry Day. All comments, questions, and feedback should be submitted via e-mail to Shaun Cronen, shaun.m.cronen.civ@mail.mil and Christopher Laird, christopher.m.laird2.civ@mail.mil. Due to the anticipated number of attendees, the Government may not address each and every comment, question, or piece of feedback at this time. In addition, the Government does NOT plan to hold one-on-one sessions for this requirement. The Government does not authorize contractors to perform work during the Industry Day and the Government will not reimburse any costs of attendance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c66265e0bab12e084249e93a6f428d3)
 
Place of Performance
Address: 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland 21005-1846, United States, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04758533-W 20171208/171206231053-5c66265e0bab12e084249e93a6f428d3 (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.