Virginia Bids > Bid Detail

AGC GRIDS IV Small Business Only Sources Sought Notice

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159489213678768
Posted Date: Feb 13, 2023
Due Date: Aug 30, 2022
Solicitation No: W5J9CQFY22-0002
Source: https://sam.gov/opp/227889583e...
Follow
AGC GRIDS IV Small Business Only Sources Sought Notice
Active
Contract Opportunity
Notice ID
W5J9CQFY22-0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
PARC-WINCHESTER
Office
W6RN USA GEOSPATIAL CTR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 13, 2023 09:14 am EST
  • Original Published Date: Jul 29, 2022 12:00 pm EDT
  • Updated Response Date: Aug 30, 2022 12:00 pm EDT
  • Original Response Date: Aug 30, 2022 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 01, 2024
  • Original Inactive Date: Oct 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: AJ12 - General Science and Technology R&D Services; General science and technology; Applied Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Alexandria , VA 22315
    USA
Description

The purpose of this amendment is to revise the following:



Capability Statement #6 requirement -



#6) Revised to Read: Provide maximum of three (3) Relevant Past Performance information on PRIME Government contracts of similar size and scope within the past three (3) years. Also, if you can provide the specific contract number to allow for review. Relevant Past Performance information will be limited to maximum of three (3) per each occurrence.











No further revisions or changes apply. All other items remain the same.







THIS IS A SOURCES SOUGHT NOTICE ONLY.



NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS NOTICE



ONLY SMALL BUSINESSES RESPONES ARE REQUIRED FOR THIS SOURCES SOUGHT NOTICE.



This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs. The information provided in this notice is subject to change and does not bind the Government. Interested sources are discouraged from submitting commercial literature in response to this notice. Any submissions 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 Proposal (RFP). AGC has not made a commitment to procure any of the products or services discussed, and the release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All submissions become Government property and will not be returned.



Requirement Title: Geospatial, Research, Integration, Development and Support (GRIDS IV)



Background: U.S. Army Corps of Engineers (USACE), Army Geospatial Center (AGC), Alexandria, Virginia provides geospatial support and products to Warfighters to support the Army's Battle Command Systems, facilitating dissemination of relevant geospatial information to every level across the dynamic battlefield environment. Additionally, AGC coordinates, integrates, and synchronizes geospatial information requirements and standards across the Army, as well as develops and fields geospatial enterprise-enabled systems and capabilities to the Army and Department of Defense. The AGC is the Army Knowledge Center for Geospatial Expertise and serves as a key enabler of the Army Geospatial Enterprise; an integrated system of technologies and processes that delivers a geospatial Common Operational Picture to the Warfighter.



Purpose: The purpose of this RFI is to identify potential Small Business vendors with the capability to execute the AGC GRIDS IV requirement, which is provided below. The requirement listed below are intended to identify qualified Small Businesses who can provide personnel to support AGC’s GRIDS IV mission and support the DoD in its Geospatial capabilities.



For planning purposes, contract award is anticipated in 2Q/3Q FY2023. The Government anticipates awarding a Multiple Award Task Order Contract (MATOC) with a 5-year ordering period with an estimated ceiling of $400M.



The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The business size standard for this NAICS is 1,000 employees. Your response should include your business size in relation to this NAICS Code and the associated Small Business socioeconomic program.



Product Service Code (PSC) is AJ12 – General Science and Technology R&D services; General Science and Technology Applied Research



Security Requirements: The contractor will be required to have access to data and systems that are for Unclassified, Controlled Unclassified Information (CUI), Secret, Top Secret (TS), Sensitive Compartmented Information (SCI), SAP and/or ACCM during performance of the task order(s). All personnel, assigned to future task orders, accessing government facilities and/or systems shall possess at least a SECRET clearance. Key personnel, assigned to future task orders, shall possess a TOP SECRET clearance and be eligible for SCI adjudication on the start date of a task order period of performance, per the needs of each task order. Note: AGC will not sponsor any vendors for this requirement.



Requested Information: Do not send your organization’s standard Capabilities Statement or Brochure. The Government is requesting specific information in order to determine Small Businesses capabilities. The Government may use information received under this notice to determine if a small business reserve or set-aside is appropriate. This Sources Sought does not restrict the Government as to the ultimate acquisition approach.



Capability Statement: Request companies submit a Capability Statement that presents your technical capability for providing the support services as it relates to the subject requirements. The Capability Statement shall at the minimum address the specific areas as identified below. Please provide the following:



1) Company name and Point of Contact(s) (Name, Title, Phone Number, and Email Address)



2) UEI number and CAGE code



3) Small Business Administration (SBA) Socioeconomic Status (to include 8(a), HUBZone, SDVOSB, etc.), if applicable



4) Current Facilities Security Clearance Level Status



5) A brief Statement of Capability (maximum 12 pages) size 12 Arial/Times New Roman Font; which demonstrates the company’s ability to meet what is listed below (General Information and Requirements 1-10). Government is seeking those that possess and demonstrate an in-depth understanding of all the requirements. Mark any proprietary information accordingly.



6) Relevant Past Performance information on Government contracts of similar size and scope within the past three (3) years. Also, if you can provide the specific contract number to allow for review



7) Capability of providing technical competency and experience in the listed set of requirements, as a Prime contractor or using subcontractors and/or partners



Direct all questions regarding this source sought to the attention of Contract Specialist - Jamila Z. Bransford (Email: Jamila.Z.Bransford@usace.army.mil) and Contracting Officer Maria Finan (Email: Maria.Finan@usace.army.mil)



Subject of email for Capability Statement shall be as follows:



GRIDS IV Sources Sought Notice Response – Capability Statement – Vendor Name



Questions regarding the Requirements shall be submitted using the following format:



Question #1:



Requirements#:





Question #2:



Requirements# (etc)



Capability Statement responses and questions should be received by 30 August 2022 for planning purposes





GRIDS IV Requirements--



The following should be addressed in the capability statement:



1. Conduct Geospatial and GEOINT Research.



The contractor shall conduct and support research, development, prototyping, engineering, analysis, transition, test and evaluation, documentation, exercises/demonstrations, and training and operations, identifying and addressing gaps and future requirements related to GEOINT and Geospatial information systems, science & technologies and geospatial data/content management.





2. Assess C5ISR Geospatial Collection Systems and Evaluate Geospatial Technologies and Tools.



The Contractor shall identify methods to assess accuracy, reliability, and operational utility of remote sensing and Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) geospatial intelligence space, aerial, and terrestrial collection systems as well as develop recommendations to improve identified shortfalls. The Contractor shall examine and evaluate geospatial technologies and tools from Government, Academia, and Industry including, for integration into C5ISR baselines. The evaluation focus will be aligned to the Army Future Command’s current and evolving priorities. This includes identifying solutions and Verification and Validation of systems.





3. Develop, Integrate, implement and transition C5ISR and Combat Support concepts, processes, architectures, and technologies enabled by geospatial capabilities.



The Contractor shall develop, integrate, implement, enhance, provide supporting documentation, and transition C5ISR concepts, processes and architectures that collect, and or use geospatial as an underpinning capability in support of Army, Joint, and Unified Action Partner operations (examples include, but are not limited to: Army Command Post Computing Environment platforms, heads up display, hand held devices, modeling and simulation planning operations, manned ground robotics, airborne collection platforms, and other sensors that are dependent on geospatial capabilities).





4. Provide Geospatially Related Operational Services.



The Contractor shall provide geospatially related services to operational and deployed units including, data collection and data production (raster, vector, mesh, 2D and 3D), data management, data translation, data dissemination, installations management, and fielding of operational geospatial services. These services shall be provided in both Continental United States (CONUS) and Outside Continental United States (OCONUS) in stable, hazardous, and/or contingency operation and humanitarian assistance environments. These services shall meet the Army and Joint established geospatial standards and specifications in various DoD, Partner Nation(s), Army and commercial guidelines (e.g., US Army Regulation 5-11 and/or DoD regulations).





5. Develop, Implement and Train New Geospatial Technologies.



The Contractor shall develop, implement, and train geospatial technologies and processes related to Geospatial/GEOINT Exploitation tools, Full Motion Video (FMV), Activity-Based Intelligence (ABI), Structured Observation Management (SOM), Advance Geospatial Intelligence (AGI), Wide Area Motion Imagery (WAMI) and other trade crafts.





6. Operation of ISR Payload Ground Stations.



The Contractor shall develop, integrate, and operate ground segments/stations for the Intelligence, Surveillance and Reconnaissance (ISR) payload types (e.g., Electro-optical Infrared (EO/IR), Hyperspectral Infrared Sounder (HIS), Light Detection and Ranging (LIDAR), Radio Detection and Ranging (RADAR), Signals Intelligence (SIGINT), communications, etc.).





7. Acquire, Produce, Integrate, and Disseminate multi-Dimensional Geospatial Data and Content.



The Contractor shall acquire, manage, produce, integrate, mesh, maintain, modernize, and disseminate existing and current multi-Dimensional geospatial data and content. This data may contain terrain, hydrologic, and weather information according to Army requirements from Geospatial Intelligence (GEOINT), Counter-Intelligence/Human Intelligence (CI/HUMINT), Signals Intelligence (SIGINT), Measurement and Signature Intelligence (MASINT), Imagery Intelligence (IMINT), Open Source Intelligence (OSINT), Human Cultural (HUMINT), etc. at various echelons, to other modes of analysis, visualization and data dissemination. This data will be shared across civilian and military stakeholders from unclassified sources through National System level.





8. Develop and Operate Test Suites for Geospatial Operability.



The Contractor shall develop and operate test suites of hardware and software that are capable of testing the exchange of geospatial data between Army and Joint mission command systems. The contractor shall also conduct tests and experiments on the test suite itself to ensure compatibility and reliability of testing.





9. Analysis and Development of Geospatial Portfolios; Documentation of Logical and Physical Data Models.



The Contractor shall develop, deliver and document logical and physical data models to support integration and fusion of geospatial and other data from multiple sources with authoritative data dictionaries and standards. The Contractor shall provide comprehensive analysis of geospatial portfolios to include data, systems, techniques, processes, policies, people and organizations for the purpose of application rationalization, system integration, cost benefit analysis, trade studies and assessing state of the art of geospatial technology.





10. Evaluation and Documentation of Geodetic Sensors and Water Resources.



The contractor shall develop, evaluate, and document the utilization of geodetic sensors, functions, and applications. The contractor shall provide subject matter expertise, database management, graphical user interface development and analytical support for land-based water resources supporting maneuver, logistics, special operations, planning, engineering, base operations, and intelligence functions and missions of external customers in the Civil and Defense realms.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CONTRACTING DIVISION 7701 TELEGRAPH RD BLDG 2592
  • ALEXANDRIA , VA 22315-3864
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >