Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
MODIFICATION

R -- All Source - Intelligence Application Request for Information (RFI)

Notice Date
4/7/2021 5:34:13 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
PM_AS_A_APG_Intel_Apps_All_Source_April_2021
 
Response Due
5/14/2021 2:00:00 PM
 
Archive Date
05/29/2021
 
Point of Contact
Sabrinna Cosom, Stephen G Cutchin
 
E-Mail Address
sabrinna.r.cosom.civ@mail.mil, stephen.g.cutchin.civ@mail.mil
(sabrinna.r.cosom.civ@mail.mil, stephen.g.cutchin.civ@mail.mil)
 
Description
All Source � Intelligence Application Request for Information (RFI) ""Subsequent Market Research from November 2021 RFI"" April 2021 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 Program Manager (PM) Intelligence Systems and Analytics (IS&A) Aberdeen Proving Ground (APG), is conducting an additional round of market research to further identify commercial items to satisfy Intelligence Applications capabilities as defined in section 2 below and with an additional supporting Draft Requirements Checklist. The checklist (considered Controlled Unclassified Information) is 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) nor 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 All Source II Intel Application Background The All Source II Intelligence Application should serve as the initial and primary focal point within a fully integrated mission analysis and mission planning framework supporting Commander and intel staff work flows and the Situational Understanding visualization that the mission and an evolving operational environment demands. The All Source II Intel Application is not intended to replace Capability Drop 1. This application is intended to operate at brigade and higher echelons. All-source II essentially provides ""connective tissue"" between DCGS-A Capability Drop (CD) 1 and CD 2 while featuring a support to mission planning and decision-making capability. This application features a measure of the data mining, data visualization, and data management functionalities associated with IS&A CD 2. 3.0 Additional Sought Information from the November 2020 Intel Apps RFI In November 2020, the Government released its initial Request for Information for the All Source II Intel Application. The Government received terrific feedback from numerous industry stakeholders. Many of these stakeholder also actively participated in the Intel Apps Industry Day held on 24 February 2021. Over the past 4 months, the All Source II application�s hardware resource constraints, technical requirements, schedule, and targeted platform (the Command Post Computing Environment (CPCE)) have evolved and matured, and subsequently supports the need for an additional round of Market Research and thus the release of this Request for Information. Additional information sought by the Government in support of the All Source II Intelligence Application includes: 1. Responding Organization�s ability to deploy their All Source II solution as a thin-client application that would deliver a virtual application to end users and resides on the Command Post Computing Environment (CPCE) architecture. 2. Responding Organization�s ability to be compatible with the Standard and Shareable Geospatial Foundation (SSGF) services and Common Map (used by CPCE). 3. Responding Organization�s ability to articulate their minimum hardware resource requirements (e.g., CPU, Memory and Disk Storage) for their software solution that can be hosted on a government controlled and managed hardware platform. The Hardware platform will not have an existing cloud environment (e.g., Amazon Web Services, Microsoft Azure). The Government will provide supporting documentation available upon request. 4. Responding Organization�s ability to provide a software solution that supports normalization, correlation, pattern matching, and automated movement projection analysis. 5. Responding Organization�s experience putting a product through Operational Testing with the United States Government. If yes, please provide an example and a Government POC (name, email address, and phone number) who can verify. 6. Responding Organization�s experience implementing RESTful interfaces and interfacing with RESTful interfaces. 7. Responding Organization�s ability to safeguard SECRET information. 4.0 White Paper and Supporting Documentation The supporting documents for this RFI are marked as Controlled Unclassified Information (CUI). To obtain a copy of the supporting documents listed below, send an email with your organization name, address, and CAGE Code to usarmy.apg.peo-iews.mbx.pm-isa-intel-apps-vendor-responses@mail.mil. � Supporting Document #1: All Source II Requirements Checklist (updated checklist includes requirements from February 2021) � Supporting Document #2: Command Post Computing Environment (CPCE) Technical Overview and the PM Mission Command Tactical Server Infrastructure (TSI) Hardware Stack (includes the preferred maximum allocated system resources for the All Source II Intel Application) � Supporting Document #3: An Overview of Normalization, Correlation, Pattern Matching, and Automated Movement Projection Analysis (supports requested information from Section 3.0, #4 above) � Supporting Document #4: The Standard and Shareable Geospatial Foundation Overview (supports requested information from Section 3.0, #2 above) Responses to this RFI are due no later than 1700 EDT on 14 May 2021 in the form of a white paper not to exceed three pages, not including cover sheet or cover letter, plus the Requirements Checklist and Rough Order of Magnitude (ROM) estimate. The whitepaper must address the following information requests listed below and the requirements checklist. The Government is requesting the following information from Industry: Section 1: Technical Response (Not to exceed 10 total pages) 1. A completed All Source II Requirements Checklist, annotating which parent requirements and which respective sub-requirements are satisfied by the proposed solution. 2. A narrative that describes how the software solution will: i. Satisfy each item in the provided Requirements Checklist (Supporting Documentation #1) to clearly indicate satisfaction of the parent requirements and satisfaction of the respective sub-requirements ii. The ability to host the software solution on the CPCE Environment (Supporting Documentation #2 and #3). This includes CPU, RAM, and storage requirements for the software solution. iii. The ability to provide a thin client application residing on the CPCE environment. iv. The ability to adhere to the SSGF Common Map used by CPCE (Supporting Documentation #5) as well as adhere to MIL-STD 2525 v. The ability to provide a software solution that performs Normalization, Correlation, Pattern Matching, and Automated Movement Projection Analysis (Supporting Documentation #4). vi. The ability to implement a RESTful API and interface with RESTful interfaces that adhere to open standards for communication, including HTTP requests and responses in the form of HTML, XML, or JSON. Section 2: Commerciality (Not to exceed 2 total pages) In the white paper, 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."" If these minor modifications are required, describe those modifications and the time frame required to implement them, also describing how the solutions meets the FAR commercial item definition. Section 3: Costs (Not to exceed 2 total pages) (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"" costs 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, state such in ROM estimate. 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 Controlled Unclassified Information (CUI) because of the Draft Requirements Checklist Spreadsheet and received no later than 1700 EDT 14 May 2021. 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. You may forward your responses via email address to: usarmy.apg.peo-iews.mbx.pm-isa-intel-apps-vendor-responses@mail.mil; Subject Line: ""Intel Apps Subsequent RFI- All Source II Application"". All information must be in writing or via email; telephone requests for additional information will not be honored. Acknowledgement of receipt will be issued. If you choose to submit proprietary information, mark it accordingly.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d9318b8a22d4e8ca8c7f1d0551fc4af/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05964490-F 20210409/210407230110 (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  © 1994-2020, Loren Data Corp.