Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 27, 2015 FBO #5117
SOURCES SOUGHT

D -- RFI - Planning, Development & Modernization of the Global Command and Control System - Joint (GCCS-J) - RFI

Notice Date
11/25/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
RFI-GCCS-J-PDM
 
Archive Date
2/2/2016
 
Point of Contact
Elaina Barker, , Quinton Smith,
 
E-Mail Address
elaina.l.barker.civ@mail.mil, quinton.a.smith.civ@mail.mil
(elaina.l.barker.civ@mail.mil, quinton.a.smith.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI for GCCS-J Planning, Modernization & Development REQUEST FOR INFORMATION Brief description of the current program / effort: 1.Overview / Purpose / Description of Procurement: The Global Command and Control System - Joint is the Department of Defense (DoD) joint Command and Control (C2) system of record for achieving full spectrum dominance. It is a suite of mission applications that provides critical joint warfighting C2 capabilities and is the principal foundation for dominant battlespace awareness, providing an integrated, near real-time picture of the battlespace necessary to conduct joint and multinational operations. GCCS-J provides a robust and seamless C2 capability to the Commander-in-Chief (CINC), Secretary of Defense (SECDEF), National Military Command Center (NMCC), Combatant Commanders (CDRs), Joint Force Commanders, and Service Component Commanders. GCCS-J offers vital connectivity to the systems the joint warfighter uses to plan, execute, and manage military operations. 2.Scope of Effort: The GCCS-J program office is seeking information for the modernization and development of GCCS-J capabilities based on open standards that are deployable in a variety of operational environments (i.e. local, cloud, mobile, etc.). This effort includes development of GCCS-J capabilities to enhance functionality, implement new requirements, increase efficiency, and lower operating, and deployment costs through the employment of new and emerging technologies. 3.Technical Characteristics: The GCCS-J PMO requires expertise to develop and integrate modern geospatial data processing and visualization tools, and to demonstrate innovative ways to consume, manage, and distribute command & control information including multi-domain situational awareness, missile defense, force protection, logistics, readiness, and intelligence. These tools should leverage modern web standards including HTML5 and should be presented in a variety of form factors including large-screen operations center applications, desktops, and mobile devices such as tablet computers, and smartphones. In addition, the GCCS-J PMO is seeking the development of enterprise services for the consumption, decoding & encoding, analysis, correlation, fusion, and distribution of C2 data utilizing Big Data techniques & technologies, and cloud patterns including Platform & Infrastructure as a Service (PaaS / IaaS). These services should support processing of information on both classified and unclassified networks, and should address secure mobile use cases including warnings and alert notifications. 4.Requested Information: Based on the above scope of effort and technical characteristics, the GCCS-J PMO is requesting information on the following: a. Design approach or considerations for the efficient and secure development, deployment, and operations within DoD networks (NIPR and SIPR), utilizing cloud and / or big data technologies, and within the Joint Information Environment (JIE) framework. b. Ideas on how C2 data can be visually presented and efficiently enacted upon given various form factors (e.g. large-screen, desktops, and mobile devices). c. Considerations that would contribute to lower costs of development, deployment, and operations. d. Please cite any existing contracts where your technical solution or service is currently being provided to the government. RESPONSE GUIDELINES: Interested parties are requested to respond to this RFI with a white paper. Submissions shall not exceed 15 pages (cover page does not count towards page limit), single spaced, 12-point type with at least one-inch margins on 8 1/2" X 11" page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's capability to meet the requirements outlined in this RFI. Oral communications are not permissible. FedBizOpps will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than 5:00 PM eastern on Monday, January 18, 2016 to both the Contract Specialist and Contracting Officer cited in this FedBizOpps announcement. Responses should include the following information: -Reference the RFI title in the response -Company Name -Company Address -Company Web Page -Business classification / socio-economic status under NAICS code # 541511 -DUNS -Cage Code -Primary Point of Contact (POC) -E-mail address for primary POC -Telephone Number -Contract Vehicles that would be available to the Government for the procurement of this solution, to include General Services Administration (GSA) schedules, Federal Supply Schedules, or any other Government Agency contracting vehicle. (This information is for market research only, and does not preclude your company from responding to this notice). -Company does / does not have a DCAA acceptable accounting system -Company is / is not SAM Registered As applicable, provide any additional information on services that the company provides along with a brief description of the approach the firm would take in providing the services contemplated in this RFI. INDUSTRY DISCUSSIONS: Based on the responses and feedback received from this RFI, DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail no later than 5:00 PM eastern on Tuesday, December 15, 2015 to both the Contract Specialist and Contracting Officer cited in this FedBizOpps announcement. The Government does not guarantee that questions received after this date will be answered. Verbal questions will NOT be accepted. Answers to questions will be posted to FedBizOpps. The Government will not reimburse companies for any costs associated with the submissions of their responses DISCLAIMER: This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. Federal Acquisition Regulation (FAR) clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/RFI-GCCS-J-PDM/listing.html)
 
Record
SN03955710-W 20151127/151125234629-83cd8312d8b7d5f398461011dd4706f8 (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.