Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2019 FBO #6523
SOURCES SOUGHT

A -- Intel Apps Targeting

Notice Date
10/3/2019
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGU) Division A, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU-20-X-0001
 
Archive Date
11/19/2019
 
Point of Contact
Amy L. Pancio,
 
E-Mail Address
amy.l.pancio.civ@mail.mil
(amy.l.pancio.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Introduction This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). Army Contracting Command - Aberdeen Proving Ground (ACC-APG) in support of the Combat Capabilities Development Center (CCDC) Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) Center Aberdeen Proving Ground (APG), is conducting market research to identify commercial items to satisfy Intelligence Applications capabilities as defined in section 2 below with additional supporting Draft Requirements Checklist available upon request. The Government invites all business and academic organizations to respond to this RFI notice. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government may request additional information in the future; there is no intent to proceed with a procurement. 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. This RFI is not an authorization to begin work, and the Government will not pay any costs that contractors may incur in response to this RFI. Contractors are not required to respond to this announcement, but may do so at their own cost. 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. 2.0 Background Intel Support to Targeting application will enable the user to automatically migrate critical factors analysis regarding the threat in the form of critical capabilities, critical requirements, and critical vulnerabilities. This application supports both initial and refined formulation of High Payoff Target (HPT) and High Value Target (HVT) lists based on the threat's critical vulnerabilities, allowing for identification of Target Areas of Interest (TAIs) and key command decision points for supporting either threat interdiction or threat COA disruption. For details, reference supporting Draft Requirements Checklist available upon request. 3.0 White Paper and Supporting Documentation The supporting documents for this RFI are marked as For Official Use Only (FOUO). To obtain a copy of the supporting documents (Draft Requirements Checklist), send an email with your organization name, address, and CAGE Code to usarmy.apg.ccdc-c5isr.mbx.i2wd-isp-intel-apps-rfi@mail.mil. Responses to this RFI are due no later than 1700 EDT on 25 OCT 2019 and must address the following information requests listed below in a white paper and requested attachments. The white paper shall not exceed 3 pages, not including cover sheet or cover letter, plus the Requirements Checklist and Rough Order of Magnitude (ROM) estimate. Section 1: Draft Requirements Checklist Upon request and receipt of the Draft Requirements Checklist, complete the Checklist Spreadsheet; annotating which requirements the proposed solution meets, a short (100 words or less) description of how the vendor product meets each item in the checklist, and a short (100 words or less) description of any operational history implementing with the Government or Commercial (Software in Production), and/or any history demonstrating the requirements to the Government. Section 2: System Description Describe the software packages and hardware platform that the proposed solution is hosted on, to include CPU, RAM, and Storage specifications. This information can be provided in the short white paper (3 pages or less). Section 3: Commerciality Describe how the proposed solution meets, or has the potential to meet through minor modifications, the Federal Acquisition Regulation (FAR) 2.101 Definition of a "commercial item." Describe if or how a solution can meet the FAR 2.101 definition of a commercial item if minor modifications are required, and discuss the time frame involved. This information can be provided in the short white paper (3 pages or less). Section 4: Costs (A) Provide a Rough Order of Magnitude (ROM) estimate of applicable costs for the proposed solution. The ROM should include licensing costs for the following: Term (with durations and price ranges), Annual subscription and/or Perpetual, at the quantities and number of users indicated, as well as Unlimited Enterprise and any cost for hardware and cloud service providers if any. If the proposed solution does not offer any of these licensing methods, provide one applicable to you. In addition, provide a Rough Order of Magnitude (ROM) estimate for follow-on maintenance/sustainment support (yearly). (B) If applicable, provide a Rough Order of Magnitude (ROM) estimate of itemized costs for "Development" to meet each item marked "No" or "Partially" in the Checklist completed in Section 1. If "Development" are included with the license at no additional cost, state as such in ROM estimate. (C) Provide a Rough Order of Magnitude (ROM) to support the Risk Management Framework (RMF) Accreditation of the proposed solution across the specified Networks. If RMF Accreditation costs are included with the license and/or maintenance/sustainment at no additional cost, clearly indicate so. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry. This RFI is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Government will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the Government reserves the right to contact any respondent to this notice for the sole purpose of enhancing understanding of the notice submission. Information received will not be considered confidential/proprietary unless marked accordingly. Company proprietary data will be reviewed by Government employees and authorized representatives only. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI, including any market research product demonstrations. Responses to this RFI are to be marked For Official Use Only (FOUO) because of the Draft Requirements Checklist Spreadsheet and received no later than 1700 EDT 31 OCT 2019. All interested parties shall respond in as clear manner as possible to each of the areas listed above. Information is preferred in soft-copy form in Microsoft Word/Excel and shall not exceed 10 pages. You may forward your responses via email address to: usarmy.apg.ccdc-c5isr.mbx.i2wd-isp-intel-apps-rfi@mail.mil; Subject Line: "Intel Apps RFI- Targeting". All information must be in writing or via email to above distribution email address; telephone requests for additional information will not be honored. You may forward responses to US Army, CCDC, C5ISR Center, I2WD, 6605 Surveillance Loop (Bldg. 6003) Aberdeen Proving Grounds, MD 21005, ATTN: FCDD-ISI-IT (Intel Apps RFI). Acknowledgement of receipt will be issued. If you choose to submit proprietary information, mark it accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb7213bf965bf292c4b8f182bbdb8dc4)
 
Record
SN05467358-W 20191005/191003230820-cb7213bf965bf292c4b8f182bbdb8dc4 (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.