Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
SPECIAL NOTICE

D -- Exploitation Services

Notice Date
2/8/2017
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSC - Commercial Imagery, R&D, and Resource Management, Attn: OCSC Mail Stop S84-OCSC7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM0476-15-D-0009-09
 
Archive Date
3/10/2017
 
Point of Contact
Kebra L.Beckford, Phone: 5715572430, Karen L Eichelberger, Phone: (571) 557-2366
 
E-Mail Address
kebra.l.beckford@nga.mil, karen.l.eichelberger@nga.mil
(kebra.l.beckford@nga.mil, karen.l.eichelberger@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
1. 1. Pursuant to Federal Acquisition Regulation (FAR) 6.302-1 (a) (2) (iii), The National Geospatial- Intelligence Agency (NGA) intends to increase the eXploit contract ceiling from $66,900,000 to $136,900,000 on a sole source basis to Leidos Innovations Corporation (Leidos), to produce additional exploitation tools and services in three (3) main categories; Electronic Light Table (ELT) tools, Object Based Production (OBP) tools, and Foundation GEOINT Modernization (FGMod) tools. There will be no extension of the base ID/IQ contract ordering period, which ends March 28, 2021. Additionally, there will be no impact to the technical scope of the contract. 2. 2. The current eXploit contract was issued to introduce innovative software solutions and deploy a web-based exploitation architecture that is cloud-enabled for integration with the Intelligence Community Information Technology Enterprise (IC ITE). The eXploit solution includes an approach to ensure exploitation applications move from outdated proprietary software interfaces and protocols, onto an open cloud architecture by embracing modern Information Technology. 3. 3. While other sources may be capable of developing or assuming these capabilities in the future, Leidos, is the only available source capable of providing the highly specialized services needed while preventing unacceptable delays in fulfilling the agency’s requirements. NGA is in the middle of a major exploitation modernization effort that involves delivery and integration of technical services from 11 different programs. Successful execution of this complicated initiative requires parallel delivery and integration services. The eXploit contractor is currently performing in this complex environment with the technical specialized expert knowledge and the cognizance of integrated timelines required across these programs; building a highly specialized set of exploitation services to enable users to exploit imagery using a web client, make structured observations from within that client, and create intelligence products directly from the client. Additionally, the program has developed a plan to accelerate delivery of an Imagery Orthorectification service that will enable the agency to divest from a commercial offering that costs $43,000,000 annually. Absent an exploitation contract, this evident technical complexity becomes even more challenging, and would further protract schedule delays. Retention of the incumbent development contractor until a new contract can be competitively awarded is critical to several NGA mission areas. The required learning and knowledge acquisition curve for any other provider would require a full 90-day transition, which would adversely impact operational missions. In addition, the exploit program is a key contributor to NGA’s mission to modernize exploitation tools and services for the entire GEOINT community. This modernization is critical to NGA’s success in executing mandates from the Director of National Intelligence to perform Object Based Production and share data using IC ITE. As the IC transitions from a capabilities-based architecture to a cloud-based services architecture there are a complex set of dependencies impacting the phasing and scheduling of deliveries across all development programs. The modernization is also critical to fulfilling our Title 10 – Safety of Navigation Mission. The Foundation GEOINT Modernization Effort has a phased delivery plan that spans the next 4 years. The most critical mission areas are currently being executed under the eXploit contract and will be completed in June 2018. The eXploit program is responsible for more than 50% of the total modernization requirements. A development delay is untenable to NGA’s mission need to modernize exploitation tools and services, ensuring we remain ahead of our adversaries. It is imperative that development proceeds in concert with the eleven (11) other programs delivering the next generation of services ensuring cross-segment interfaces are developed in-sync with the enterprise schedule. 4. 4. Acquisition planning is underway for a follow-on competitive source selection to provide for future software development and sustainment of exploitation tools and services with anticipated award in August 2018. This date is well ahead of the current ordering period end date of March 2021. The government intends to transition from the existing contract to the follow-on contract within 90 days of the follow-on award. 5. 5. This notice of intent is being published in accordance with FAR 5.2 requiring dissemination of information on proposed contract actions. This is a notice of intent to award a sole source contract modification. The statutory authority for this sole source action is 10 U.S.C. 2304 (d) (1) (B), as implemented by FAR 6.302-1 (a) (2) (iii). There is a reasonable basis to conclude that services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services, when it is likely that award to any other source would cause unacceptable delays in fulfilling the agency’s requirements. 6. 6. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination not to compete this requirement based upon the responses to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c27c7cfcf6f3bb51ed5a45d9f0ea186)
 
Place of Performance
Address: 7500 Geoint Drive, Springfield, Virginia, Springfield, Virginia, 22150, United States
Zip Code: 22150
 
Record
SN04396579-W 20170210/170208235324-5c27c7cfcf6f3bb51ed5a45d9f0ea186 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.