Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOURCES SOUGHT

99 -- Open Geospatial Web Service Standards (OGWSS) Innovation Program

Notice Date
4/21/2020 7:11:14 AM
 
Notice Type
Sources Sought
 
NAICS
813910 — Business Associations
 
Contracting Office
ATTN: MS S84 - OCS SPRINGFIELD VA 22150-7500 USA
 
ZIP Code
22150-7500
 
Solicitation Number
HM0476-20-OGWSS
 
Response Due
5/5/2020 9:00:00 AM
 
Archive Date
05/20/2020
 
Point of Contact
Daniela Garavito
 
E-Mail Address
daniela.garavito@nga.mil
(daniela.garavito@nga.mil)
 
Description
Open Geospatial Web Service Standards (OGWSS) Innovation Program Subject: Sources Sought Notice This Sources Sought Notice is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. It is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This notice does not commit the Government to contract for any supply or service. At this time, NGA is not seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice. All costs associated with responding to this notice will be solely at the interested party�s expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. The National Geospatial-Intelligence Agency (NGA) is considering all possible sources to fulfill the subject requirements for the Open Geospatial Web Service Standards (OGWSS) Innovation Program. North American Industry Class System (NAICS) code: ���� 813910 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Please provide alternative NAICS � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �CODE if recommended. Anticipated contract type: ��������������������������������������������������������� Single-Award Indefinite Delivery � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �/Indefinite Quantity�(IDIQ) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �with firm fixed price (FFP) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �task orders (TO) Anticipated period of performance: �������������������������������������� 01/01/2021 � 12/31/2025 Estimated value:������������� ��������������������������������������������������������������� $8 million The following are the salient characteristics of the requirement: Purpose: The overall purpose of this contract is to ensure international geospatial standards are fully tested and vetted against NGA and partner agency requirements prior to their recommendation as a mandated standard in the IC/DoD IT Standards Registry (ICSR/DISR).� This ensures these standards are fully evaluated and ready for inclusion as requirements within NGA and partner agency acquisition programs.� Scope: The contract�s scope includes support to advance the development of voluntary, consensus-based international geospatial standards. These standards will facilitate adoption of worldwide interoperability and data exchange among different geospatial products and services into mandated standards in the IC/DoD IT Standards Registry (ICSR/DISR). The efforts under this contract shall provide guidance and direction on standard implementations supporting operational capabilities of NGA and its partner agencies. The contractor shall provide the following services: Environment for international collaboration: The contractor shall provide a platform to enable NGA and its partner agencies to form international partnerships and work collaboratively with industry, academia and other government agencies.� The contract shall provide a neutral environment in which developers and data suppliers work together to validate the ability of their products to interoperate with other offerings and implement interoperable geospatial standards.� The contractor shall provide a process for users of geospatial technology to collaborate and share the costs of advancing technologies for future enterprise architectures. Standards-based reference architecture design and documentation: The contractor shall define the organizational environment for standards and recommend steps and well-defined profiles needed to expand and sustain interoperability capacity of NGA and its partner agencies. Innovation & Research Services: Research and development services shall include but are not limited to: Explore geospatial technology from various angles between testing environment reference lines and the oncoming geospatial standards flow. Explore design experimentation that seizes ideals to develop new specifications. Improve interoperability of existing standards and experimenting with new extensions or profiles that are used as proof of concepts. Evaluate the feasibility of implementing geospatial web standards-based architectures Provide processes for defining, developing, validating, and verifying geospatial standards towards implementation of an operational systems. Organize and execute operational experiment events (to simulate real operational settings) to validate geospatial standards against products, plans, policies, agreements, procedures, and real user activities. Lead innovation initiatives and facilitate interoperability experimentations. Operation and enhancement of geospatial standards online compliance facilities and compliance evaluation: The contractor shall provide a compliance program to help members optimize their compliance-testing environment and help detect compliance deficiencies within the geospatial standards portfolio of U.S. government agencies. The contractor shall support the proper implementation of web service standards on U.S. federal agencies� classified networks and help build the validation and verification process within the NSG. Education and Outreach: The contractor shall conduct interoperability training to various target audiences, provide presentations and seminars at standards/interoperability conferences and symposiums, and support public relations and communications programs related to the development and uptake of open standards. Security Requirements: The IDIQ requires an active Top Secret Facility Clearance Level (FCL) and no Foreign Ownership, Control, or Influence (FOCI) issues. Some Task Orders may require TS/SCI clearances for the personnel. Organizational Conflict of Interests (OCI): None anticipated. Interested vendors should submit a tailored Capability Statement for the above requirement not to exceed three (3) single sided pages including all attachments (single spaced, 12 point font minimum). The statement shall clearly detail the vendor�s ability to perform the aspects of the requirement described above, along with any relevant experience performing similar work. �Vendors should include their business address, point of contact, cage code, DUNs number and business status (large or small), and socio-economic category if small (for example, HubZone or Small Disabled Veteran Owned). All Capability Statements sent in response to this sources sought notice must be submitted electronically (via e-mail) to the contracting officer Daniela Garavito at Daniela.Garavito@nga.mil. Please include the title of this notice in the subject line of the email. Responses with tailored capability statements are due no later than 12:00pm (EST) on 05/05/2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/809bec4b690b43e2b6d94bb124d65c28/view)
 
Record
SN05631441-F 20200423/200422060436 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.