Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2021 SAM #7145
SOURCES SOUGHT

R -- NGA OCONUS DATA CENTER (NODC) RFI

Notice Date
6/22/2021 10:23:45 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ATTN: MS S84 - OCS SPRINGFIELD VA 22150-7500 USA
 
ZIP Code
22150-7500
 
Solicitation Number
NGA_NODC_RFI
 
Response Due
7/22/2021 12:00:00 PM
 
Archive Date
08/06/2021
 
Point of Contact
Heather Nikiforakis, Phone: 5715570479, Sarah Lugo
 
E-Mail Address
Heather.M.Nikiforakis@nga.mil, sarah.r.lugo@nga.mil
(Heather.M.Nikiforakis@nga.mil, sarah.r.lugo@nga.mil)
 
Description
REQUEST FOR INFORMATION Warfighter Support Program Office Description & Purpose 1.1��� (UNCLASSIFIED) The National Geospatial-Intelligence Agency (NGA), in support of the Warfighter Support Program Office is seeking information on how an interested contractor could serve as Application Service Provider (ASP) to operate and sustain the NGA OCONUS Data Center (ODC), including the execution of adaptive maintenance for unplanned capability changes in support of user needs as well as the provision of user training.� 1.2��� (UNCLASSIFIED) The purpose of this Request for Information (RFI) is to gauge current industry capacity to satisfy NGA�s requirement to continue supporting the already-fielded ODC and adapting its functionality to meet the changing needs of deployed users at various Combatant Commands (COCOMs) over time while preparing to convert ODC into a Regional Edge Node in accordance with NGA�s evolving Edge Computing Strategy.� 1.3��� (UNCLASSIFIED) THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� 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.� This RFI does not commit the Government to contract for any supply or service whatsoever.� Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.� All costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� � Background 2.1��� (UNCLASSIFIED) NGA has a mission-critical need for integration, modernization, accreditation, and monitoring, of software applications hosted on the NGA ODC, a forward-deployed CENTCOM facility serving as a strategic regional data center primarily supporting deployed analysts by ingesting and hosting GEOINT products and data in theater, facilitating local manipulation and dissemination of GEOINT to multiple users across several security enclaves. The NGA ODC serves as a backup to GEOINT functions in other COCOMs and is postured to address new user requirements as they emerge.� 2.2��� (UNCLASSIFIED) The Contractor is responsible for ASP Operations and Sustainment (O&S), provides adaptive maintenance to address emergent, short-duration GEOINT solutions for deployed operators, and must be able to manage new GEOINT data types as they emerge on any security enclave.� Given the rapidly changing IT software and integration requirements and the dynamic nature of GEOINT analysis facilitating combat operations, it is critical that the government and the ASP contractor remain flexible in supporting the warfighter.� 2.3��� (UNCLASSIFIED) Furthermore, NGA is currently developing an Edge Computing Strategy which calls for the establishment of hybrid cloud-enabled Regional Data Centers to be connected to both CONUS-based data Cores and forward deployed Tactical Edge Nodes creating a distributed computing topology where information processing is located as close as possible to GEOINT users.� The Contractor will comprehend the NGA Edge Computing Strategy as it evolves and make preparations to convert ODC into a Regional Data Center as those requirements become clear.� 2.1��� Planned Acquisition: (see attached Performance Work Statement) 2.2��� Performance: 2.2.1��� (UNCLASSIFIED) Period (POP): February 2022 through January 2027. Current project will award in February 2022. The POP will consist of one 12-month base period and four 12-month option periods for a total of five possible years. FOR ACCESS TO FULL FOUO RFI AND PWS, PLEASE CONTACT HEATHER NIKIFORAKIS AT:� heather.m.nikiforakis@nga.mil.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5793bfeb7b024b8ca50392ea04edc945/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06039297-F 20210624/210623205059 (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.