Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
MODIFICATION

70 -- ADVANCED ANALYTICS TECHNICAL SOLUTION (AATS)

Notice Date
5/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-16-R-0001
 
Response Due
5/22/2017
 
Archive Date
6/21/2017
 
Point of Contact
Point of Contact - Calvin L Howard, Contract Specialist, 843-218-5941; Erica Smoak, Contracting Officer, 843-218-4797
 
E-Mail Address
Contract Specialist
(calvin.howard@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
**10 May 2017 Issued Solicitation Amendment N65236-16-R-0001-0001 to extend the solicitation closing date to 22 May 2017. *********************************************************************** **5 May 2017 Updated Solicitation Questions and Answers (#10 through #18) posted to the SPAWAR E-Commerce website. *********************************************************************** **3 May 2017 Solicitation Questions and Answers #1 through #9 posted to the SPAWAR E-Commerce website. *********************************************************************** **13 April 2017 - RFP N65236-16-R-0001 As Issued along with RFP Exhibit A, and RFP Attachments 1A through 15 are attached below. ********************************************************************** **13 April 2017 - Responses to questions received in connection with the draft solicitation of 3 April 2017 are attached below. ********************************************************************** **4 April 2017 - Response to question received in connection with the draft solicitation of 3 April 2017 is attached below. ********************************************************************** **4 April 2017 - The purpose of this pre-solicitation notice modification is to clarify and identify that the USMC AATS requirement is a non-commercial item and shall be procured as such using FAR part 15 procedures. The Government expects and encourages all potential offerors responding to the tentative RFP, to utilize commercial item and non- developmental item components in their submitted AATS software product solution, to the maximum extent practicable. *********************************************************************** **3 April 2017 - The revised draft solicitation for this requirement (uniform contract format sections B, C, L, and M) is attached below. Potential offerors are requested to carefully review the draft solicitation and submit questions/comments no later than 6 April 2017 at 5:00 pm Eastern. Questions may be posted to the SPAWAR e-Commerce Central website https://ecommerce.sscno.nmci.navy.mil or questions may be submitted via email to calvin.howard@navy.mil. Verbal questions will NOT be accepted. ******************************************************************* **21 February 2017 - Updated responses to questions received in connection with the draft solicitation are attached below. ********************************************************************** **8 December 2016 - List of contractor attendees at pre-solicitation conference/industry day is attached below. ********************************************************************** **8 December 2016 - Responses to questions received during the pre-solicitation conference/industry day held on 5 December 2016 are attached below. Note that some verbal responses given on 5 December during the conference have been updated. Several questions received during the conference are still being researched and will be posted separately. ********************************************************************** **5 December 2016 - Industry Day/Pre-Solicitation Conference briefing slides are attached below. ********************************************************************** **28 November 2016 The draft solicitation for this requirement (uniform contract format sections B, C, L, and M) and solicitation attachments 7, 8, and 9 are attached below. It is recommended that contractors carefully read the draft solicitation prior to attending the Pre-solicitation Conference to be held on 5 December 2016. ********************************************************************** **16 November 2016 Special Notice Reference Number N65236_SNOTE_00000000 posted to Federal Business Opportunities website announcing Pre-Solicitation Conference for this requirement. Copy of special notice and conference agenda are attached below. *********************************************************************** **11 October 2016 - As a result of Hurricane Matthew, the Pre-Solicitation Notice response due date is extended to 14 October 2016. Also, revised Pre-Solicitation Notice Questions and Answers have been posted to the SPAWAR E-Commerce website. *********************************************************************** **7 October 2016 - Revised Pre-Solicitation Notice Questions and Answers posted to the SPAWAR E-Commerce website. *********************************************************************** **5 October 2016 - Extended Pre-Solicitation Notice response due date to 11 Oct 2016. *********************************************************************** **29 September 2016 - Revised Pre-Solicitation Notice Questions and Answers posted to the SPAWAR E-Commerce website. *********************************************************************** **21 September 2016 Pre-Solicitation Notice Questions and Answers posted to the SPAWAR E-Commerce website. *********************************************************************** **16 September 2016 - Original Posting The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic, Charleston, SC is issuing this pre-solicitation notice to inform industry about an upcoming solicitation (N65236-16-R-0001) and to encourage interested parties to participate in the Advisory Multi-Step Process (FAR 15.202). See below for details for responding to the Advisory Multi-Step requirement. The proposed acquisition will be for the procurement of an Advanced Analytics Technical Solution (AATS). The contractor shall deliver advanced analytics software to assist with the processing, exploitation, analysis, interpretation and presentation of all-source intelligence data and will include a robust, open application programming interface (API) that provides extensive support for integration of Government-developed and commercially-developed application plugins and integration to AATS data storage. The software will minimize total ownership costs and will accommodate the characteristics of the user population that will operate, maintain, and support the software without on-site contractor support. The contractor shall also provide support for implementation planning, software installation, software engineering, ontology installation, cybersecurity/information assurance, testing, training, and fielding of the AATS software product. The Program Sponsor is Marine Corps Systems Command (MARCORSYSCOM). To meet this AATS requirement, the Government is seeking a commercial item (CI) or non-developmental item (NDI) only. There are no development funds planned or available for this effort including funding for the mitigation of future obsolescence issues. Classified work shall be performed under this contract and subsequent task orders, as required. Certain PWS tasks require access to classified information up to the level of TOP SECRET with Sensitive Compartment Information (SCI). No safeguarding of classified information at contractor facilities is required. On 16 December 2015, SPAWARSYSCEN Atlantic issued a sources sought notice (SSC- Atlantic_MKTSVY_112D4A) via the Federal Business Opportunities (FedBizOps) web site. Interested parties were encouraged to reply to the sources sought notice and were notified that the Government reserved the right to consider potential set- asides for small businesses. Based on market research results, this procurement will be conducted using full and open competitive procedures. The Small Business Administration Procurement Center Representative has concurred with this decision. The Government anticipates a single award, indefinite delivery/indefinite quantity (IDIQ) supply and services contract with a five-year ordering period. Delivery/task orders issued under this contract will be either Firm-Fixed-Price (FFP) or Cost-Plus-Fixed-Fee (CPFF). The applicable NAICS code is 511210 with a size standard of $38.5 Million. The requirement contains approximately 90% supplies and 10% services. The primary place of performance will be Government facilities at SPAWARSYSCEN Atlantic in Charleston, SC with required travel. SPAWARSYSCEN Atlantic is providing the anticipated contract line item number (CLIN) structure (solicitation section B) and the draft performance work statement (solicitation section C) along with this synopsis on the SPAWAR e-Commerce website for industry review and comment. SPAWARSYSCEN Atlantic is utilizing the Advisory Multi-Step Process (See FAR 15.202) in order to advise prospective offerors about their potential to be viable competitors and permit potential offerors to make informed decisions about whether to participate in this acquisition. This pre-solicitation notice provides a general description of the scope of the acquisition. Prospective offerors are encouraged to provide responses to this pre- solicitation notice, explaining their capabilities in the subject areas outlined below. Please note that this is not a request for proposals. Responses to this pre-solicitation synopsis are not offers and do not commit the Government to contract for any supply or service whatsoever. At this time, the Navy is not currently seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice; all costs incurred or associated with responding to this notice will be solely at the respondent's expense. The Government would like to invite potential offerors to submit information on the following: A narrative description explaining the projected AATS software product's ability to support the following: (a) the intelligence cycle, including data entry, map display, search, analysis, collaboration, and production; (b) the intelligence analyst operating in a disconnected, intermittent, and low-bandwidth (DIL) network environment; (c) management of ontologies within the AATS; and (d) development of third-party plug-ins to the AATS software. A description of how the projected AATS software product satisfies the commercial item (CI) definition or non-developmental item (NDI) definition in Federal Acquisition Regulation (FAR) 2.101. For example, show that projected AATS software product is an NDI item and was previously developed and used exclusively for governmental purposes by a Federal agency, a State or local government, or a foreign government with which the United States has a mutual defense cooperation agreement. A description of instances where the projected AATS software product has been previously integrated and deployed together in a production environment to perform support for the intelligence cycle, support for the intelligence analyst operating in a DIL network environment; support for management of ontologies within the AATS; and support for development of third-party plug-ins to the AATS software. Responses to the multi-step advisory process shall be limited to six pages. A page is defined as one single-sided 8 1/2 x 11 size paper, 1 inch margins, 12 point font and no fold out pages. Any page that exceeds or fails to meet the size, margin, font or total page limit requirements will not be evaluated. The Government will evaluate the submissions and provide a response to the respondents about their viability IAW FAR 15.202. The following criteria will be used by the Government to provide a viability/non-viability response under the multi-step advisory process: Projected AATS software product's ability to meet the requirements identified in the PWS related to the intelligence cycle, the DIL network environment, management of ontologies, and development of third-party plug-ins. Projected AATS software product meets the FAR 2.101 definition of commercial item or non-developmental item. Projected AATS software product has been previously integrated and deployed together in a production environment to perform the functions described above. Responses are due no later than 14 October 2016 at 2:00 p.m. Eastern Standard Time (EST). Responses shall be submitted to the SPAWAR e-Commerce Central website at https://ecommerce.sscno.nmci.navy.mil. See the SPAWAR e-Commerce website for instructions on how to submit responses. Please be advised that all submissions become Government property and will not be returned. Questions regarding this announcement shall be submitted by posting questions to the SPAWAR e-Commerce Central website https://ecommerce.sscno.nmci.navy.mil. Verbal questions will NOT be accepted. Questions regarding the multi-step advisory process or general questions concerning the Government's requirement will be answered by posting answers to the SPAWAR e-Commerce Central website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 23 September 2016 at 2:00 p.m. will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e8a3a49b118e59d3c979f9ddb10b0d55)
 
Record
SN04504030-W 20170512/170510235935-e8a3a49b118e59d3c979f9ddb10b0d55 (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.