SOURCES SOUGHT
A -- Geospatial Research, Integration, Development and Support (GRIDS II)
- Notice Date
- 8/24/2010
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- USACE Geospatial Center, CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592, ALEXANDRIA, VA 22315-3864
- ZIP Code
- 22315-3864
- Solicitation Number
- W5J9CQ-10-R-0018
- Response Due
- 9/8/2010
- Archive Date
- 11/7/2010
- Point of Contact
- Nilda Lugo, 703-428-6272
- E-Mail Address
-
USACE Geospatial Center
(nilda.e.lugo@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Geospatial Center (AGC) has a requirement for Geospatial Research, Integration, Development and Support (GRIDS II). The purpose of this Request for Information (RFI) is to determine if there are sources capable of satisfying the Governments requirements. No proposals are being requested or accepted under this RFI. Feedback addressing the clarity, feasibility, scope and potential alternative means of meeting the Governments requirement is sought. The anticipated North American Industry Classification System Code (NAICS) for these requirements is 541512. The size standard associated with NAICS 541512 is $25.0 Million (effective August 22, 2008), which means that a company, including its affiliates, would be considered a 'small business' if their average annual gross receipts does not exceed $25.0 Million for the past three years. If a company has not been in business for three years, the average weekly revenue for the number of weeks the company has been in business is multiplied by 52 to determine the average annual receipts. A certain portion of this RFI has been set-aside exclusively for small business and will be specifically identified later in this announcement, however, the remainder of this RFI is full and open for both large and small businesses. Your response should identify your business size (large or small) in relations to this NAICS Code. Contractor personnel will require DoD security clearances at least at the TOP SECRET/SCI level for key personnel. Handling of material up to a TOP SECRET/SCI is required. TOP SECRET Facility Clearance is required. Storage Clearances of at least the SECRET level are required. Capabilities Package: AGC is assessing the existence of sources and is requesting capability packages from industry on the requirements below. We are seeking a prime that must be capable of demonstrating at a minimum, items one (1) through nine (9) below. The prime may employ partners to complete at least 90% of the remaining items and may employ these partners to complete the top nine as well, as long as the ability to demonstrate the top nine (9) items on their own has been fully demonstrated. Interested Sources shall possess an in-depth understanding of the requirements listed below. Responses must be limited to no more than 25 pages and must address the following specific areas: 1. Knowledge and experience in Systems Engineering, Software Development and processes; 2. Integration, execution and transition of C4ISR concepts, processes and architectures; 3. Knowledge and experience in establishing Army/Joint Information Systems Architectures and Geospatial Enterprise Architecture (GEA) using strategic and tactical communications for multiple Services; 4. Experience in sustaining and maintaining, Enterprise Service facilities including those used for Geospatial integration and prototyping; 5. Knowledge and experience in the development, integration and operation of various ISR payload types (including, but not limited to, EO/IR, HIS, LIDAR, RADAR, SIGINT, communications, etc.) into various requirements; 6. Knowledge and experience in formulating and executing Joint Capabilities Technology Demonstrations (JCTDs) and Quick Reaction Capabilities (QRCs) relevant to GES and C4ISR requirements; 7. Experience in providing operational support of C4ISR Knowledge and experience in developing technologies related to Intelligence Exploitation Tools, Full Motion Video (FMV), Dissemination and technologies for cataloging and archiving procedures; 8. Knowledge and experience with various Identity Resolution technologies, techniques and procedures; 9. Experience in technologies, TTPs and CONOPS related to Stability Operations; 10. Knowledge and experience in acquiring, fusing, and disseminating geospatial information and other sources (i.e., GEOINT, CI/HUMINT, SIGINT, MASINT, IMINT, Human Cultural, etc.) at various echelons, from handheld devices to and through National sources; 11. Experience performing what if scenarios with data models, information, applications, Tactics, Techniques, and Procedures (TTPs), and Concept of Operations (CONOPS); 12. Experience in integration and support of other DoD laboratory capabilities for C4ISR applications. 13. Expertise in understanding future research requirements and transitioning technology from research to systems (i.e., to Programs of Record and COCOMS) and to operations. Specific requirements for small business set-aside are identified as follows: 1. Knowledge and experience in Geospatial Systems research, development, engineering, analysis, and operations, including identifying gaps in geospatial science and technology; 2. Knowledge and experience with various Biometric tools, applications, technologies, techniques and procedures; 3. Knowledge and experience in development geospatial services and web enabled architectures; 4. Experience in examining and evaluating technologies and tools from Government, Academia, and Industry including, but not limited to, C/JMTK and C4ISR tools; 5. Experience in modeling and simulation analysis and development including data modeling generation and use of geospatial databases to support the simulation-planning-operations continuum; 6. Ability and experience to identify the utility and implementation shortfalls of policy and procedures from various Military Commands; 7. Experience in providing interoperable solutions to Army, other Services and other military systems (both coalition and joint) and; 8. Experience in database development, management, and integration. Interested Sources are discouraged from submitting product literature in response to this RFP. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposals (RFPs) AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. RESPONSES ARE DUE NO LATER THAN 08 September 2010. Capability packages must be emailed to Tamara Molder, Contract Specialist, Tamara.Molder@usace.army.mil and to Luis Pagan, Contracting Officer, Luis.Pagan@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/01936aa3819b9e3d0ddf5afc6943949b)
- Place of Performance
- Address: USACE Geospatial Center CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592 ALEXANDRIA VA
- Zip Code: 22315-3864
- Zip Code: 22315-3864
- Record
- SN02252229-W 20100826/100824234931-01936aa3819b9e3d0ddf5afc6943949b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |