Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SPECIAL NOTICE

D -- Intelligent Automation, Augmentation and Analytics (IA3)

Notice Date
5/20/2020 5:29:24 PM
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
 
ZIP Code
78234-1361
 
Solicitation Number
PANMCC-20-P-0000-020485
 
Response Due
6/1/2020 10:00:00 AM
 
Archive Date
06/16/2020
 
Point of Contact
B. Dean Angell, Phone: 2104661167
 
E-Mail Address
burrel.d.angell.civ@mail.mil
(burrel.d.angell.civ@mail.mil)
 
Description
SOURCES SOUGHT SYNOPSIS PANMCC-20-P-0000 020485 This is a Source Sought notice only. In accordance with Federal Acquisition Regulation (FAR)10.001(a)(3)(i), in order to determine if sources exists capable of satisfying the agency need, the Government will consider all responses to this sources sought notice. DISCLAIMER: This notice is issued solely for information and planning purposes. �It does not constitute a solicitation (i.e. request for quote, invitation for bid or request for proposal) nor a promise to issue a solicitation in the future. �Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. This notice does not commit the U.S. Government to contract for any supply or service. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. If a solicitation is released, it will be synopsized on the government-wide point of entry formerly known as Federal Business Opportunities (FBO.gov) which is now known as �Contract Opportunities� found on beta.sam.gov.� It is the responsibility of potential offerors to monitor the contract opportunities on the beta.sam.gov website for additional information pertaining to this requirement. BACKGROUND: In the modern era, technology proliferation has resulted in enormous amounts of data across the commercial and federal space.� Data is now a commodity. Recognizing this change, the Federal Data Strategy was released to focus the whole of government on using data as a strategic asset.� Meanwhile, the National Defense Strategy (NDS) calls out how rapid technological advancements are changing the very character of war.� New technologies are evolving at a relentless pace, expanding due to more actors with lower barriers to entry.� Commercial technologies accessibility is eroding conventional overmatch.� Advanced computing, big data, analytics, artificial intelligence, machine learning, autonomy, robotics, computer vision, intelligent automation and other technologies are mission critical enablers.� Artificial Intelligence (AI) alone is poised to transform both the commercial and federal sectors. The Department of Defense recognizing AI as a key tenant of future conflicts created the DoD Artificial Intelligence Strategy to focus efforts and carry out a framework to enable AI delivery.� AI requires data.� Data must be visible, available, and usable when needed and where needed to accelerate decision-making at all echelons.� The Department must focus on shared data, reusable tools, framework and standards, and cloud and edge services.� In a decentralize manner, the Department must be able to rapidly, iteratively develop and scale capability solutions covering a vast array of operating concepts.� These complex challenges require information system solutions in order to transform and modernize the Department for the current and future fight. In the data driven era, the Government must embrace, adapt and deliver best value solutions for our Nation at the speed of relevance.� CAPABILITIES SOUGHT: The anticipated North American Industry Classification System (NAICS) code(s) is: 541512, Computer System Design Services with an associated size standard is $30.0 Million.� The Product Service Code (PSC) is D318, IT and Telecom � Integrated Hardware/Software/Service Solutions, Predominantly Services.� The U.S Army is interested in intelligent automation, augmentation, and analytics capabilities and solutions to harness the power of data, while improving operational efficiency and effectiveness.� This encompasses a range of technologies and services which include but are not limited to the following: advanced analytics: algorithms, artificial intelligence, automation, augmented reality, business process management, business intelligence, cloud technologies, cognitive analytics, computer vision, data augmentation, data engineering, data science, data visualization, decision sciences, descriptive analytics, diagnostic analytics, digital ledger technology, digital tools, interfaces and integrations, �machine learning, multi-source data, natural language processing, natural language generation,� predictive analytics, prescriptive analytics, robotic desktop automation, robotic process automation, stochastic modeling, and others. �Further, the Army is interested in industry�s ability to rapidly (less than a year) create solutions to solve practical business or operational problems using incremental, fast-paced style development methodologies and managing diverse technology solutions (listed above); develop or leverage information technology solutions to address practical business or operational problems using opens systems architecture, open source software, and/or commercial-of-the-shelf� (COTS) software/hardware while ensuring data interoperability (i.e. visible, accessible, understandable, trusted, interoperable, and secure); and delivering turnkey solutions. �Solution delivery would include items related to implementation, maintenance, and sustainment such as cybersecurity/ information assurance requirements, Authority to Operate (ATO) support, related technical and end user training, professional services support, updates, etc.�� Please see the attached DRAFT Performance Work Statement (PWS) for additional details of the anticipated services. DATA REQUESTED: Respondents are encouraged to review the information above, the attached PWS, and the information requested below to ensure a thorough response. �NOTE: Respondents to this sources sought are responsible for adequately marking their data (proprietary, restricted or competition sensitive information) contained in their response. The Government is seeking a response to the following: 1.� Corporate Data: �Name of the firm, Point of Contact (POC), phone number of POC, email address of POC, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) with the corresponding NAICS code,� facility clearance level (if any),� security clearances of personnel (if any), subject matter experts / key personnel qualifications, �core competencies, etc. Limit one page. 2. �Nature of Interest: Identify whether your firm is interested in competing for this requirement as a prime contractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.� Response included in request number one above. 3. �Corporate Experience: The government requests each interested party submit up to (3) three one-page project statements which demonstrate recent experience (within the last three years) for similar work.� The project statements shall include pertinent project data: contact number (if applicable), contract amount, role (prime or subcontractor), brief description of work performed, complexity, performance period, government or commercial work, organization supported, required certifications, etc. �The project statement shall clearly describe the business or operational problem of your customer and how your firm designed, developed, and delivered a solution to solve the problem. �The project narrative should include any problems or obstacles faced throughout the project lifecycle and how those obstacles where overcome to ensure delivery. Lastly, the narrative should include the current status of the solutions and how the solutions are being maintained and sustained. Information should be in sufficient detail to indicate your firm has demonstrated experience performing similar work.� The respondent may identify any unique characteristics or alternative solutions to the performance of work. Limit total three pages. 4.��� Commercial Availability: Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, data protection, etc.� Additionally, please indicate what percentage of work will be performed by the prime contractor and all subcontractors?� (Note: In accordance with the Federal Acquisition Regulations Part 19, Limitations on Subcontracting requirements, and DOD Class Deviation 2020-O0008.) �Limit one page. 5.� NAICS and PSC codes: a. The NAICS code anticipated for this requirement is 541512, Computer System Design Services with a size standard of $30 million.� Does this NAICS code fit this requirement?� If not, which NAICS code would your firm suggest and why?� b. The PSC identified for this anticipated action is D318, IT and Telecom � Integrated Hardware/Software/Service Solutions, Predominantly Services. Does this PSC code fit this requirement?� If not, which PSC code would your firm suggest and why?� 6. Comments on Performance Work Statement.� The Government is interested in comments, suggestions, corrections, and recommended improvements to the Draft PWS.� This request specifically does not include broadening, changing, or unnecessarily restricting the scope of the anticipated action.� Further, interested parties may identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.� The Government realizes that interested parties with recent and relevant experience may have enhancement suggestions for the Government to consider.� Limit one page. 7.� Should an interested party identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition, please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the beta.sam.gov notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. DATA SUBMISSION: Interested business concerns shall provide a brief capabilities package consisting of the information requested under �data requested� in reference to this sources sought.� A generic capability statement is not acceptable.� The total package should not exceed six (6) pages in length.� The capability package shall be sent by email to the Primary Points of Contact listed below and shall be submitted on or before 1200PM CDT on 01 June 2020. Your email subject line should reflect:� ""[Firm's Name], Response to Sources Sought Synopsis of PANMCC-20-P-0000 020485, Intelligent Automation, Augmentation, and Analytics�.� Note: DO NOT SEND �.ZIP� FILES as the Government�s network will remove all zipped files. The Government will not return any information submitted in response to this source sought announcement. Primary Points of Contact: Stephanie Ingersoll, Contract Specialist Email: stephanie.l.ingersoll.civ@mail.mil and B. Dean Angell, /Contracting Officer Email:� burrel.d.angell.civ@mail.mil ADDITIONAL INFORMATION: All questions MUST be submitted in writing to the Primary Points of Contact. The subject line of your email must contain reference number PANMCC-20-P-0000 020485 and Intelligent Automation, Augmentation, and Analytics.� The government will not accept telephonic questions nor will telephonic responses be provided.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c967d7a498ee4f5d93ec196108a678c5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05663753-F 20200522/200520230152 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.