SPECIAL NOTICE
70 -- DCGS-A CD-2 Draft RFP and Industry Day 2 - DCGS-A CD2 Attachments
- Notice Date
- 5/23/2018
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- DCGS-A_CD-2_Draft_RFP_and_Industry_Day_2
- Point of Contact
- Christopher M. Laird, Phone: 4438615386, 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
- DCGS-A CD-2 Draft Performance Requirements Document (FOUO) DCGS-A CD-2 Draft Basis and Instructions of Award DCGS-A CD-2 Draft Statement of Work 1.0 Introduction The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) plans to fill a requirement in accordance with the attached Draft Request for Proposal (RFP) in support of Distributed Common Ground System - Army (DCGS-A) Capability Drop 2. The resulting contract is expected to be a 6-year multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) commercial-item contract. This is a draft and is provided for informational purposes only. This draft is not a request to submit proposals and is not an authorization to start work. The Government will not reimburse or pay costs for preparation of proposals or for any work that is performed as a result of this draft. In addition, the Government may determine not to proceed with a solicitation, or may make changes to any and all content in this draft before issuing a solicitation. If in the future the Government issues a solicitation, then Offerors shall rely solely only upon the terms of the issued solicitation when submitting an offer. 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. 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 the 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 currently consists of privately hosted servers and storage arrays. This Draft RFP is focused on identifying commercial items to upgrade/replace the DCGS-A IPC-v1 enterprise data warehouse component, also known as the "Brain", as well as introduce several additional analytics and system management functions. Specifically, Capability Drop (CD) 2 focuses on the modernization and enhancement of the DCGS-A data warehousing capabilities resident at Military Intelligence (MI) Operations Battalions supporting Army Service Component Commands (ASCCs) by providing a scalable solution that provides an adaptable Data Management Architecture (DMA), automated analytics, and common core services. This Draft RFP is being issued to determine the immediate availability of commercial item software that can meet the DCGS-A Capability Drop 2 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-2 requirement as a 6-year Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) commercial-item contract. Capability Drop-2 is planned as a full-and-open competition using best value tradeoff procedures in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 12 and Part 15, Defense Federal Acquisition Regulation Supplement (DFARS) Part 212 and Part 215, and Army Federal Acquisition Supplement (AFARS) Part 5112 and 5115. Capability Drop-2 is planned to be a product-focused contract with only incidental services and support required, executed on a Firm-Fixed Price basis. Capability Drop-2 is intended to modernize anywhere from 3 to 15 DCGS-A Fixed Sites that support intelligence operations and activities around the world. This requirement consists of a software-only solution to fulfill interoperability, security, training, usability, and data management capabilities. The major components of Capability Drop-2 will consist of an Enterprise Data Warehouse, data analytics capabilities, and software tools for data management and collaboration. The Government is planning to solicit Capability Drop-2 as a single commercial-item software solution. The Government is not planning to solicit partial solutions to fulfil the Capability Drop-2 requirements. The government is planning to award multiple base contracts in response to the final solicitation. It is contemplated that after award of the base contract, the Government may issue a series of Delivery Orders (DOs) for the purpose of establishing viable commercial item solution(s) that will meet the Government's requirements. Initial delivery orders may procure software licenses for Government-run testing of all or subsets of the requirements to determine viable solutions for subsequent fielding to Soldiers. The Government may issue delivery orders to support fielding, training, and sustainment activities at the DCGS-A Fixed Sites. 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 15 June 2018. If the Government releases a Solicitation, all potential Offerors' solutions would be subject to a Commercial Item Determination (CID) in order to be eligible for contract award, in accordance with FAR Part 12 Commercial Item Procedures. Where applicable, a copy of a previous CID memorandum signed by another DoD contracting officer may be submitted to satisfy this requirement. Any commercial item that does not have a prior CID may provide supporting information and/or documentation to obtain a CID if and when a Solicitation is released. Draft RFP documents marked FOUO must be obtained upon request to Shaun Cronen, shaun.m.cronen.civ@mail.mil and Christopher Laird, christopher.m.laird2.civ@mail.mil. The request must contain the Offeror's CAGE code and Security Management Office (SMO) Code. The complete Draft RFP should be received and reviewed prior to submitting any questions or comments. It is the vendor's responsibility to monitor the FBO website on a regular basis for any updates. Other documents, as necessary, will be posted when available and if applicable 4.0 Industry Day An Industry Day is planned for DCGS-A at Aberdeen Proving Ground, MD on 5 June 2018 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 1 June 2018 will be addressed as part of the Industry Day. All comments, questions, and feedback should be submitted via e-mail to shaun.m.cronen.civ@mail.mil and christopher.m.laird2.civ@mail.mil. 5.0 One-on-One Sessions The Government is planning to conduct one-on-one sessions with industry partners interested in bidding on CD2 as part of our scheduled Industry Day in June 2018. The one-on-one sessions are scheduled to begin at on 6 June 2018 and run through 8 June 2018; however, based on the length of the briefings and question/answer period, the start time for the one-on-one sessions may be adjusted. Meetings may extend throughout June 2018 if there are more requests that will not fit within the timeframe 6-8 Jun 18. Companies interested in having a one-on-one session must submit the One-on-One Session Request Form (Available at: https://www.fbo.gov/notices/6f919e1e87f2a9e8e5cea3bb55324384) NLT 1600 EDT on 25 May 2018 to Shaun Cronen, shaun.m.cronen.civ@mail.mil and Christopher Laird, christopher.m.laird2.civ@mail.mil. All requests received by the deadline will be reviewed and a Government representative will provide a response regarding session approval and date/time/location.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3abcc16bb732e235cf2fb9a7be268adb)
- Place of Performance
- Address: 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21001, United States
- Zip Code: 21001
- Zip Code: 21001
- Record
- SN04931773-W 20180525/180523230709-3abcc16bb732e235cf2fb9a7be268adb (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 |