SPECIAL NOTICE
70 -- DCGS-A Capability Drop-1 Solution - DCGS-A CD-1
- Notice Date
- 8/1/2017
- 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
- DCGS-A_Capability_Drop-1_Solution
- Archive Date
- 8/29/2017
- Point of Contact
- Prettina Biedenkapp, Phone: 4438615392, CPT Dean Tallant, Phone: 443-861-2449
- 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
- Industry Day-Save the Date Section M (DRAFT) Section L (DRAFT) Section H (DRAFT) Performance Requirements Document (DRAFT) Statement of Work (DRAFT) Title: DCGS-A Capability Drop-1 Solution Note: This announcement is a continuation of the Market Research announcement under Solicitation Number W56KGY-DCGS-A-Battalion. This notice is an update to the original special notice for the PM DCGS-A Battalion Echelon Market Research Request for Information (RFI) issued on December 2, 2016 and amended on December 19, 2016. The notice was amended again on March 6, 2017 to invite interested vendors to participate in a voluntary product demonstration to validate the sufficiency of the Capability Drop-1 operational requirements. https://www.fbo.gov/notices/80e3dba7fc9aeb9b5cc20f54e31d6455 1.0 Introduction The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) plans to fill a requirement in accordance with the attached Draft Statement of Work, Draft Performance Requirements Document, and Draft Solicitation Sections H, L, and M, in support of PM DCGS-A. The resulting contract is expected to be a 10-year multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This Draft RFP is issued solely for information and planning purposes - it does not constitute a RFP or a promise to issue a 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 draft RFP 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 Draft RFP is being issued to determine the immediate availability of commercial item software that can meet the DCGS-A Capability Drop-1 requirements, and, to obtain comments, questions, and feedback from industry on the Government's requirements and acquisition approach. 3.0 Draft RFP The Government plans to solicit the Capability Drop-1 requirement as a competitive full and open competition award of a 10-year contract, issued IAW FAR Part 12 Commercial Item Procedures, for issuance of a Multiple Award IDIQ contract. The IDIQ ceiling value of this 10 year requirement is estimated at $895M. This requirement consists of software delivery, hardware delivery, integration, testing, cybersecurity accreditation, limited fielding and training support, annual maintenance, and support for logistics for up to 7,500 systems using a Firm-Fixed-Price (FFP) contract. The current notional plan is for the initial delivery order to include the delivery of up to five CD-1 solutions for two User Trial events to evaluate performance against requirements using operational Soldiers and realistic workflows. The next delivery order will include the delivery of up to ten CD-1 solutions to participate in an Operational Assessment to assess operational effectiveness, suitability, and survivability. Additional details are contained in the attached Statement of Work. This draft RFP represents a business opportunity for interested vendors to participate. Interested vendors are encouraged to submit comments, questions, and feedback to the attached Draft Solicitation documents, via email to the Points of Contact below, not later than 14 August 2017. In accordance with FAR Part 12 Commercial Item Procedures, all potential Offerors' solutions will be subject to a Commercial Item Determination (CID) in order to be eligible for contract award. Where applicable, a copy of a previous CID memorandum signed by another DoD contracting officer may be submitted to satisfy this requirement. Any commercial or nondevelopmental item that does not have a prior CID may provide supporting information and/or documentation to obtain a CID if and when a RFP is released. The official release of the solicitation will be posted on the Federal Business Opportunities (FBO) website located at the following address: https://www.fbo.gov/. The on-line version of the RFP will include all documents of the solicitation package. No hard copy of the solicitation will be issued. Amendments, if any, will be posted at the same location as the solicitation. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a response. It is the potential Offeror's responsibility to monitor the FBO website on a regular basis for any updates. Other documents, as necessary, will be posted when available. 4.0 Industry Day An Industry Day is planned for DCGS-A at Aberdeen Proving Ground, MD on 18 August 2017, hosted by PEO IEW&S and Intelligence Center of Excellence (ICoE), to further discuss the Draft RFP, the Government's requirement, and the proposed contract strategy. Please visit the following website for all Industry Day details and registration at http://dcgsevents.com. comments, questions, and feedback provided NLT 14 August 2017 will be addressed as part of the Industry Day. All comments, questions, and feedback should 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/adb5631298f4542e82f46bec818d38e0)
- Place of Performance
- Address: Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04606381-W 20170803/170801231755-adb5631298f4542e82f46bec818d38e0 (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 |