Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2020 SAM #6930
SOURCES SOUGHT

99 -- Advanced Threat Warning Video Stitching (AVS)

Notice Date
11/17/2020 11:53:42 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
H92403-21-C-XXXX
 
Response Due
11/6/2020 9:00:00 AM
 
Archive Date
12/04/2020
 
Point of Contact
Andrew Bossert, Phone: 813-826-0019
 
E-Mail Address
andrew.p.bossert.mil@socom.mil
(andrew.p.bossert.mil@socom.mil)
 
Description
Sources Sought - Advance Threat Warning Video Stitching (AVS) Notice Type:��������������������������������������������������������������������������� Posted Date: Sources Sought���������������������������������������������������������������������� 7 October 2020 Set Aside��������������������������������������������������������������������������������� Response Date: N/A�������������������������������������������������������������������������������������������� 6 November 2020 Classification Code: D � Manufactured Aircraft Parts and Auxiliary Equipment NAICS Code: 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes as the initiation of market research. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice of intent is not a request for competitive proposals. This notice functions as a RFI for offerors who can provide relevant input to assist USSOCOM with its mission and mitigate deficiencies within and among the team(s) implementing the technical solutions. The purpose of this Sources Sought Announcement is to obtain market research knowledge that will enable the buying command to make appropriate decisions and to gain knowledge of potential qualified sources interested and capable of performing the work. Objective: USSOCOM intends to strengthen the existing information technology infrastructure to accelerate the processing, exploitation, and dissemination of data into a holistic picture for users. The evolving amount of available data requires an automated data management component within the existing enterprise architecture to optimize and aggregate structured and unstructured data, enabling critical and relevant information queries to be rapidly returned to users. Automation enables data interoperability required for machine-to-machine communication among network devices. The government is conducting market research of highly mature software and hardware solutions that enable information management of multiple data sources to include, but not limited to, Full Motion Video (FMV), Snapshots, Threat data, and tracking. Potential sources will be requested to submit specific applicable products, a summary of their capabilities, size, weights, specific airborne testing, estimated delivery schedule, and cybersecurity certifications/accreditations.��� Broad industry participation is desired; however, USSOCOM is keenly interested in designs that are currently in production or capable of rapidly entering into production. Delivery of a capability within ten months is required and within less than ten months is highly desirable. � Respondents to this Sources Sought who are capable of manufacturing these items should, at a minimum, provide the following information for U.S. Government review: Basic Company Information: Name, website, phone number, business size (and any socio-economic considerations such as 8a, Service Disabled Veterans-Owned, HubZones, and Women-Owned small business), NAICS code, Cage Code Corporate Point of Contact: To include phone number and email address Technical Capability: Company's technical capability and capacity to manufacture the item(s), past production experience (if any), description of facilities and personnel, expected delivery schedule for each item (in days after award), maximum monthly production quantities for each item, minimum order quantity required for each item, lead times that may impact delivery, price estimate for each item, information on how the company will meet safety / hazardous material handling requirements. Production Information: State whether the company will be the actual manufacturer of the items or if it will subcontract all or a portion of the requirement. If the company is not the actual manufacturer, indicate what percentage in dollars (not including Materials) and/or what production operations it will subcontract, describing any anticipated teaming arrangements. Indicate what percentage would be assembled or produced in the U.S. for each item. Describe or provide existing/anticipated licensing agreements with current producers, including the name of the licensing agency. � All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Interested sources should submit the requested information no later than 12:00 EDT on 6 Nov 2020 via email to Capt Andrew Bossert, andrew.p.bossert.mil@socom.mil. Submissions are restricted to a maximum file size of 5MB, required to be in the English language, and be submitted in Adobe� PDF format. Telephone responses will not be accepted. Any questions must be submitted via email to the point of contact above. Minimum Technical Requirements: The solution shall meet minimum technical requirements below: Enable data to be manipulated across multiple networks with only appropriate classifications of data being accessible to each network and implementing security and caveat data dissemination controls based on users� established authorizations. Fully operational (TRL-9). Implement access controls based on classification designations at the file-level (threshold) or lowest level of portion marking (objective). Capable of moving/accessing large datasets in excess of 20GBs at near real-time. Capability at the enterprise (threshold) and tactical (objective) levels with a disconnected capability that will synchronize all data once reconnected. Capability to declassify the system by zeroizing the hard-drive. Demonstrated past performance in bringing the core technical solution to full production and successfully achieving Approval to Operate (ATO). Security Requirements: Contractor personnel will adhere to established safeguards and protect all forms of restricted data. Contractors must be cleared at the Secret level prior to performance during the on-site pilot. Contractor must possess and be compliant with DoD 8570 including Security certification and Computer Environment certification based on the duties being performed. Contractor will register all DoD 8570 certifications in the appropriate Defense system to enable the CIO to validate, monitor, and report on the certification status of certified IA workforce members
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d8037f51993b48f4ad7f46cda97a0de3/view)
 
Record
SN05855277-F 20201119/201117230151 (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.