SPECIAL NOTICE
16 -- Assistant Program Executive Officer (PEO) for Lifecycle Logistics/PEO-Aviation: RFI/Industry Feedback on Valuation and Sharing of Data to Support Improved Analytics & Protection of IP. NAICS 336411 and 518210
- Notice Date
- 6/8/2022 9:12:10 AM
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- ACC RSA
- ZIP Code
- 00000
- Solicitation Number
- RFI_W58RGZ_PEO_CCAM-AUC_Logistics_Original
- Response Due
- 7/6/2022 3:00:00 PM
- Archive Date
- 09/28/2022
- Point of Contact
- Mr. Adrian L. Epps
- E-Mail Address
-
Arian.L.Epps.civ@army.mil
(Arian.L.Epps.civ@army.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY 1. INTRODUCTION: �This announcement constitutes an official RFI as defined in FAR 15.201(e). This RFI does NOT constitute a Request for Proposals (RFP) in accordance with Federal Acquisition Regulation (FAR) 15.209(c) nor does this RFI constitute a commitment that the Government will pursue solicitation and/or award of any type of contract vehicle/agreement in the future. The Government is not seeking proposals and will NOT accept unsolicited proposals for this RFI. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract/agreement. The information provided herein is subject to change and in no way binds the Government to pursue any course of action. Respondents are advised the Government will NOT pay for any information or administrative costs incurred in responding to this RFI; all costs associated with responding to this RFI shall be borne solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future procurement related to this RFI if any are issued. The Government intends to post all future notifications on the SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this RFI. 2. BACKGROUND:� The Assistant Program Executive Officer for Lifecycle Logistics within the Program Executive Office for Aviation (PEO AVN) is interested in receiving information on the valuation and sharing of data to support improved analytics and protection of intellectual property (IP) between commercial industry and the U.S. Government. The information will be used to understand emerging industry developments in the protection, valuation, and sharing of data and develop a methodology and pathway to enable effective and secure means of data sharing. 3.� PURPOSE:� The purpose of this RFI is to assess current industry capabilities and requirements to provide effective valuation and sharing of Aviation Maintenance data to achieve optimization for prescriptive, prognostic, and predictive analytics. 4.� SYSTEM DESCRIPTION:� Program Office Aviation has transformed and curated maintenance data in a High Performance Computing Environment capable of large-scale data management and analytic environment to provide reliable and accessible tools and applications that facilitate analysis and AI model development. Datasets contain maintenance logbook data, component tracking, scored data, teardown analysis data, and some health monitoring data.The data is in a Lustre filesystem, heterogenous in format in flat file formats specifically SQLite. 5.� DEFINITIONS:� None 6.� SYSTEM REQUIREMENTS: None 7.� REQUESTED INFORMATION:� Describe and provide information for the following: a. Describe the types of data formats that can enable improved data sharing and anlalytics. b. Identify proposed value for the data. c. Describe what will be achieved with the proposed data. d. Describe the process that data analytics and modeling cab be achieved in an integrated government data environment. e. Will the data need to be physically moved and transferred from government for algorithm development and modeling? f. Describe the methodology for curating the data for an integrated data environment. g. Describe the infrastructure and tool chain necessary to accomplish analytic development. h. Describe the types of software tools required for algorithm development and modeling. i. Will the government need to provide these tools if used in an integrated data environment. j. Define the business relationship for the execution of a data pilot project. k. Describe the potential arrangements for algorithm ownership and other aspects of the data analysis, given that the USG is providing training quality data sets. l. Define or describe contractual requirements that would maximize routine data sharing between industry and the government. m. Describe the best method for valuing government data. 8.� RESPONSE REQUIREMENTS AND FORMAT: All interested parties are invited to respond to this RFI by submitting a White Paper of no more than 5 (five) one-sided pages, �(one page for title page, 4 pages for White Paper) excluding Data Sheet or Specifications.� Data Sheet or Specifications may be submitted as they are currently available.� The size of the submittal should not exceed 20�MB.� All submitted White Papers shall follow the outline below and be provided in Microsoft (MS) Word Office compatible format or Adobe PDF format and should be free of all computer viruses. �Submission shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12 point Aerial font. Line spacing shall�be set no less than single space. Drawings shall be capable of being printed on 11x17 inch paper and no smaller than 10 point font. The White Paper outline follows: a. TITLE PAGE to include the following: (i) Company or organization name and mailing address (City/State/Zip) (ii) Company web page URL, if any (iii) Point of Contact (name, title, phone number, and e-mail address) (iv) CAGE Code and NAICS Code (v) Based on this NAICS code, Business Size (i.e., large, small, small disadvantaged, veteran owned, woman owned, etc.) (vi) Business Information for any teaming or joint venture partners, if any. (a) Company name and mailing address (City/State/Zip) (b) CAGE Code and NAICS Code (c) Based on this NAICS code, Business size for teaming or joint venture partners (e.g., small, 8(a), women-owned, hub-zone, SDB, Service-Disabled Veteran-owned). (vii) A statement as to whether company (to include for any teaming or joint venture partners) ownership is domestic or foreign (if foreign, please indicate country of ownership. b. Executive Summary c. Information requested in Paragraph 7: Proprietary information should be minimized and clearly marked.The Government shall NOT be liable for, or suffer any consequential damages, for any proprietary information not properly identified. White Papers shall not contain data that are Classified or limited by International Traffic and Arms Regulation (ITAR) (See DoD Directive 5230.24). 9.� REVIEW PROCESS:� The Government will review White Papers to assess the governments ability to execute the information identified in paragraph 7 of this RFI. The responses will NOT be scored and/or ranked. White papers that fail to comply with the instructions in paragraph 8, or present ideas not pertinent to subject, may not be reviewed. Hard copies of attachments posted to SAM.gov will not be made available. The Government will not share vendor proprietary information with the Public. The Government hereby notifies Respondents that the Government may disclose submitted information to support Government contractors.� Submission of this RFI constitutes consent to such handling and disclosure of submitted information to those parties, and the Government will handle such proprietary information in a manner consistent with applicable Federal law.� Please be advised that all submissions become Government property and the Government will not return submissions to Respondents.� The Government advises Respondents that the Government is under no obligation to provide feedback to Respondents with request to any information it voluntarily submits.� All Government and contractor personnel reviewing submitted responses will have signed Non-Disclosure Agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in�41 U.S. Code 423.� To be reviewed, the statement quote mark, �Releasable to USG Agencies and their supporting Contractors for Review Only� must accompany any proprietary submission. Material from Respondent White Papers, with the exception of identified propriety information, may be incorporated into future program documentation. 10.� RESPONSE DEADLINE: Submissions of white papers are due no later than 5:00�pm Central Standard Time (CST) on 6 July 2022.� White Papers shall be submitted electronically via the Department of Defense (DOD) SAFE Site File Exchange website (https://safe.apps.mil). Use the following distribution email address as prompted by the site: Adrian L. Epps, email:� Adrian.L.Epps.civ@army.mil. �The subject line for the email submission should read: RFI: Data Sharing and Valuation � YOUR COMPANY NAME.� No hard copy or fax responses will be accepted. If a late submittal is received, acceptance of such will be at the discretion of the Government. 11. QUESTIONS OR REQUEST FOR CLARIFICATION: All questions relating to this RFI shall be submitted via email to Army Contracting Command-Redstone (ACC-RSA), Adrian L. Epps, email:� Adrian.L.Epps.civ@army.mil. �NO telephone calls will be accepted. Questions shall NOT contain proprietary or classified information. In order to facilitate a timely response, it is preferred any questions or requests for clarification be received by 5:00 pm CST on 15 June 2022. Responses to the questions received will be answered and posted on this sam.gov website by 5:00 pm CST on 25 June 2022. The Government reserves the right to not address questions received after 5:00 pm 15 June 2022 CST. 12. POST SUBMISSION GUIDELINES: White Papers submitted in response to this RFI will not be returned. The Government is under no obligation to provide feedback to Respondents with respect to any information submitted under this RFI. There is no guarantee that any submission in response to this RFI will result in a Government program. The Government may or may not use any responses to this RFI as a basis for a subsequent project. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit a White Paper to this RFI will not be prohibited from submitting a proposal if an RFP is published at some point in the future. In order to protect the integrity of any possible future acquisition, no additional information other than the information contained in this RFI will be provided. In addition, the Government reserves the right to request presentations only for clarification of technical content and proposed solutions (system/component) addressed in the White Papers received.� The Government will contact the responder for presentations.� Presentations will be held via teleconference only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8699321d6e1c464da3a30fbc861c1869/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN06351067-F 20220610/220608230117 (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 |