SOLICITATION NOTICE
R -- Intelligence Application (Intel Apps) Weather Operational Effects - Synopsis
- Notice Date
- 11/22/2022 11:25:44 AM
- Notice Type
- Presolicitation
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY23R0011
- Response Due
- 12/12/2022 12:00:00 PM
- Point of Contact
- Meghan C. Whitmore, Rachel L. Moresi
- E-Mail Address
-
meghan.c.whitmore.civ@army.mil, rachel.l.moresi.civ@army.mil
(meghan.c.whitmore.civ@army.mil, rachel.l.moresi.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- **The Government will only consider proposals offered from responsible businesses applicable to North American Industry Classification System (NAICS) 511210** 1. The United States Army Contracting Command � Aberdeen Proving Ground (ACC-APG) Aberdeen Proving Ground, MD 21005 on behalf of US Army Project Manager (PM) Intelligence Systems & Analytics (IS&A), intend to solicit and award a new single award, Firm Fixed Price (FFP), Indefinite-Delivery/Indefinite Quality (ID/IQ) type contract with an ordering period of five (5) years with an estimated dollar value of $22M. This procurement will use commercial small business set-aside procedures in accordance with FAR Part 12, will be awarded using best value tradeoff procedures, and will utilize source selection procedures in accordance with FAR Part 15.� 2.�Intel Apps is an ACAT III acquisition program that will provide leap ahead Tasking, Collection, Processing, Exploitation and Dissemination advanced software capability in support of the Mission Command Intelligence Framework and the Army Multi-Domain Operations by enabling intelligence professionals to work through the intelligence cycle with increased speed, precision, and accuracy. Intel Apps provides advanced analytics, artificial intelligence, and machine learning tools to enable our Soldiers to process big data in support of the Army�s full spectrum of operations. Intel Apps is the next generation of the Army Intelligence domain software functions and capabilities that will displace and replace the current IS&A software functions in the Command Post Computing Environment (CPCE) with modernized capabilities over time. This program will embrace the Development Security Operations (DevSecOps) methodology for continuous improvement/continuous evolution concept and will conduct continuous soldier feedback through the test-fix-test model. The Weather Operational Effects (WxOE) requirements address the need to modernize and enhance the capabilities of Army�s intelligence at the tactical echelons. The contractor�s solution shall meet the capabilities called out in the Performance Requirement Document (PRD). The Contractor�s WxOE software is intended to be hosted in the Command Post Computing Environment (CPCE) Tactical Server Infrastructure (TSI). The WxOE capability shall align with multiple overarching directives, to include the Army�s Common Operating Environment (COE). The WxOE capability 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. The WxOE application shall operate across the Secure Internet Protocol Router Network (SIPRNet), Secret Coalition Networks, and Unclassified security domains, and within and across all COE computing environments. PM IS&A WxOE Application will provide real-time weather forecasts, advisories, and warnings; and provide weather impacts for threat and friendly warfighting capabilities supporting mission analysis, COA development, and decision-making.� The Contractor shall provide a commercial item that is a software only solution to meet the Weather Operational Effects interoperability, security, training, usability, and data management capabilities. The Contractor shall also provide support services, incidental services, and deliverables for the procurement of a commercial item solution to satisfy the WxOE requirements.� 3.�The Government intends to issue a solicitation on or about�December 2022.�Proposals will be due 30 calendar days following release of the solicitation. The Government will only consider proposals offered from responsible businesses applicable to North American Industry Classification System (NAICS) 511210. The Government intends to award one (1) ID/IQ contract, utilizing the tradeoff process in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.101-1. The solicitation will be issued electronically on www.SAM.gov (in the Contract Opportunities section) in accordance with FAR 4.502 (a), 5.102(a), and 15.203(c), therefore, hardcopies will not be provided. 4.�ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHALL BE SUBMITTED IN WRITING TO THE POINTS OF CONTACT IDENTIFIED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/437d8ba98bc745ca9205b8292143771c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06525773-F 20221124/221125065241 (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 |