services and deliverables in support of the DCGS-A CD 2 commercial software solution.
DCGS-A is a Family of Systems that provides our Army with advanced analytics, support to targeting and situation understanding to commanders. It processes, exploits and disseminates information and intelligence about the threat, weather, and terrain and provides tactical and operational ground stations that downlink data from national, joint partners and Army sensors. As technology evolves and new warfighting requirements emerge, the DCGS-A capability set needs to be updated to meet the user needs.
The DCGS-A CD 2 requirements address the need to enhance the Data Fabric and Analytics capabilities of DCGS-A at the Army's Intelligence and Security Command Fixed Sites and tactical echelons. The Contractor's CD 2 software is intended to be hosted in the Cloud and/or on Government owned equipment (e.g. Intelligence Processing Center Version 1 or Tactical Server Infrastructure).
The CD 2 capability shall align with multiple overarching directives, to include the Army's Common Operating Environment (COE); the Intelligence Community Information Technology Enterprise; Joint Information Environment and Defense Intelligence Information Enterprise. The DCGS-A CD 2 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. DCGS-A CD 2 shall operate across the Top Secret Joint Worldwide Intelligence Communications System Network and the Secure Internet Protocol Router Network, Secret Coalition, and Unclassified security domains, and within and across all COE computing environments.
DCGS-A will continue to contribute to visualization and situational awareness, maximizing combat power and enhancing the ability to operate in an unpredictable and changing environment throughout the operational spectrum.
The Government intends to issue a solicitation on or about 18 July 2019. Proposals will be due 30 calendar days following release of the solicitation. There are no set-asides for this action. The Government will only consider proposals offered from responsible businesses applicable to North American Industry Classification System (NAICS) 511210. The Government intends to award more than one (1) FFP contract, utilizing the tradeoff process in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.101-1. The solicitation will be issued electronically IAW FAR 4.502 (a), 5.102(a), and 15.203(c), therefore, hardcopies will not be provided. All proposals will required to be submitted electronically via the Federal Business Opportunities web site (
http://www.fbo.gov). In order to submit a proposal and bid on the solicitation, offerors are required to have a current profile at the System for Award Management (
https://www.sam.gov/portal/public/SAM/).The closing date for this synopsis is 11 July 2019 at 1500 eastern daylight time. ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHALL BE SUBMITTED IN WRITING TO THE POINTS OF CONTACT IDENTIFIED.