Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2020 SAM #6712
AWARD

J -- DCGS-A Capability Drop 2 - Data Fabric and Analytics

Notice Date
4/13/2020 11:06:30 AM
 
Notice Type
Award Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-19-R-0007
 
Archive Date
05/08/2020
 
Point of Contact
Meghan C. Whitmore, Phone: 4438615389, Stephen G Cutchin
 
E-Mail Address
meghan.c.whitmore.civ@mail.mil, stephen.g.cutchin.civ@mail.mil
(meghan.c.whitmore.civ@mail.mil, stephen.g.cutchin.civ@mail.mil)
 
Award Number
W56KGY-20-D-0006
 
Award Date
02/25/2020
 
Awardee
BAE Systems Information and Electronic Systems Integration Inc. San Diego CA 92127 USA
 
Award Amount
823263105.82
 
Description
The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, on behalf of Project Manager (PM) Distributed Common Ground System - Army (DCGS-A), awarded a competitive, full and open Multiple Award indefinite delivery indefinite quantity (IDIQ) contract in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15. The resulting contracts have a four (4) year base ordering period and a three (3) year option period, with an overall ordering ceiling of $823,263,105.82. This procurement is for the DCGS-A Capability Drop (CD) 2 Data Fabric and Analytics, specifically a commercial item that is a software only solution to meet the interoperability, security, training, usability, and data management capabilities. Also under this contract, the Government�procured support services, incidental services and deliverables in support of the DCGS-A CD 2 commercial software solution. DCGS-A is a Family of Systems that provides our Army with advanced analytics, support to targeting and situation understanding to commanders. It processes, exploits and disseminates information and intelligence about the threat, weather, and terrain and provides tactical and operational ground stations that downlink data from national, joint partners and Army sensors. As technology evolves and new warfighting requirements emerge, the DCGS-A capability set needs to be updated to meet the user needs. The DCGS-A CD 2 requirements address the need to enhance the Data Fabric and Analytics capabilities of DCGS-A at the Army's Intelligence and Security Command Fixed Sites and tactical echelons. The Contractor's CD 2 software is intended to be hosted in the Cloud and/or on Government owned equipment (e.g. Intelligence Processing Center Version 1 or Tactical Server Infrastructure). The CD 2 capability shall align with multiple overarching directives, to include the Army's Common Operating Environment (COE); the Intelligence Community Information Technology Enterprise; Joint Information Environment and Defense Intelligence Information Enterprise. The DCGS-A CD 2 shall support net-centric military operations by being interoperable with current Army, Unified Action Partners, Joint Service, Allied, Coalition, and Command and Control information and ISR systems. DCGS-A CD 2 shall operate across the Top Secret Joint Worldwide Intelligence Communications System Network and the Secure Internet Protocol Router Network, Secret Coalition, and Unclassified security domains, and within and across all COE computing environments. DCGS-A will continue to contribute to visualization and situational awareness, maximizing combat power and enhancing the ability to operate in an unpredictable and changing environment throughout the operational spectrum. The Government issued a solicitation on or about 18 July 2019. There are no set-asides for this action. The Government only considered proposals offered from responsible businesses applicable to North American Industry Classification System (NAICS) 511210. The Government awarded two (2) FFP contracts, utilizing the tradeoff process in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.101-1. The solicitation was issued electronically IAW FAR 4.502 (a), 5.102(a), and 15.203(c), therefore, hardcopies were not be provided. All proposals were required to be submitted electronically via the beta.SAM.gov (previously Federal Business Opportunities web site http://www.fbo.gov). In order to submit a proposal and bid on the solicitation, offerors were required to have a current profile at the System for Award Management (https://www.sam.gov/portal/public/SAM/). On 25 February, the Government made award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b110c6d2e1a5433488945ba6344ad7c1/view)
 
Place of Performance
Address: San Diego, CA 92127, USA
Zip Code: 92127
Country: USA
 
Record
SN05618338-F 20200415/200413230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.