SOLICITATION NOTICE
D -- GDMS 2.0 ITV System
- Notice Date
- 7/6/2023 11:09:12 AM
- Notice Type
- Presolicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC-23-R-0005
- Archive Date
- 08/31/2023
- Point of Contact
- Brooke Sheraden, Jennifer J. Cramblett
- E-Mail Address
-
usarmy.ria.acc.mbx.gdms2@army.mil, usarmy.ria.acc.mbx.gdms2@army.mil
(usarmy.ria.acc.mbx.gdms2@army.mil, usarmy.ria.acc.mbx.gdms2@army.mil)
- Description
- The purpose of this notice is to synopsize the sole source procurement of Global Distribution Management System 2.0 (GDMS 2.0) as a supplement to the current In-Transit (ITV) solutions within the U.S. Central Command area of responsibility, in Accordance With (IAW) Federal Acquisition Regulation (FAR) 5.207 � Preparation and Transmittal of Synopses. U.S. Army Contracting Command � Rock Island intends to issue a solicitation for GDMS 2.0, which is a 1st Sustainment Command (Theater) requirement.� This is a Global Positioning System (GPS) based ITV solution to supplement the current Radio Frequency (RF) ITV infrastructure and provide near real-time end-to-end cargo visibility.� The ITV system for the US Army Central (USARCENT) and for the Army line haul contracts provides real time information regarding the location and status of Contractor commercial transportation services for moving Army equipment and cargo throughout the Central Command (CENTCOM) AOR (Area of Responsibility).� Objective ITV must provide a Common Operating Picture for the movement of United States Government (USG) contracted assets and logistical supplies throughout the CENTCOM AOR to Tactical Operations Centers, Movement Control Teams, and higher military echelons.� It is estimated that solicitation W519TC-23-R-0005 will be issued on or about 21 July 2023. ACC-RI intends to conduct a sole source procurement, pursuant to FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, specifically, FAR 6.302-1(a)(2)(ii)(B).� The intent is to award a single, Firm Fixed Price Contract to Tapestry Solutions.� The Period of Performance (PoP) is anticipated to be an eight-month base period. The NAICS code for the procurement is 517410 (Satellite Telecommunications).� The awardee for this acquisition will be required to support the 1st TSC with maintenance, updates, anomalies, server monitoring, and data feed management from the Contractor�s operations center.� This includes the basic reporting of vehicles tracked, number and identification of transponders actively on-line, active panic alarms and panic alarms activated in preceding 60 minutes, and location of vehicles.� Initial set-up and operator training for the software shall be required.� The ITV Software shall display the location of the vehicles tracked on a topographical map current as of the date of contract award and updated no less than quarterly.� The ITV Software shall display the status of the vehicles being tracked utilizing a color code scheme and shall provide detailed information of the vehicle being tracked when the cursor/pointer hovers or clicks on a specific vehicle.� The ITV System shall be compatible with the Honeywell 202, TAM-242, and TAM-262 transponder currently in use by the carriers.� The ITV Software shall provide fidelity within 1 square mile of area to the entire Heavy Lift Theater of Operations for vehicle tracking.� These areas shall be viewable through the application by USG operators.� The ITV Software shall contain, in addition to the fields required to meet the requirement of tracking vehicle information, the following fields/information: -Import from TOPS for Initial Transportation and User Input into DASHTOP. -Auto Population of Key TMR Dates �Geofence� creation and maintenance around bases. -TMR Status Report with Mapping of Transponders. -Histogram (Ping vs. Time graph) -Mission Summary Report -Transponder Co-Location Report. -Swapping Transponder ID alert. -Audit reports (Logging of history of changes to manual inputs). -Roles and Permissions. Limited Carrier Support.� The USG requires the carriers utilize the ITV system to provide ITV to the USG of cargo that is moved within the Heavy Lift Theater of Operations.� The Contractor shall provide limited support to carriers as necessary to ensure that their vehicles can be tracked by the ITV system.� Limited support is defined as initial set-up and initial operator training on the ITV system for each carrier and refresher training to be conducted every six months.� Contractor shall allocate up to two (2) hours a day to service and maintain carrier ITV system hardware and software.� The actual amount of time allocated up to two (2) hours shall depend on requests for support from all the carriers. Software Maintenance.� The Contractor shall provide software maintenance, anomalies, and other updates as required to ensure satisfactory day-to-day system operation.� Satisfactory day to day operation is availability of the ITV system twenty-four (24) hours a day, seven (7) days a week.� The Contractor shall maintain the required backup systems to ensure continuous system availability.� In addition, the Contractor shall maintain the mapping overlay capabilities, and shall provide a direct data feed to target data-sync guards to NIPR gateways servers.� This includes maintaining an automated position report and Panic Alert Feed to specified USG systems allowing host servers to pass this data from the UNCLASSIFIED to the CLASSIFIED networks. A sources sought was issued related to these requirements on 8 August 2022 on SAM.GOV. This synopsis neither constitutes a Request for Proposal (RFP) or Invitation for Bid, nor does it restrict the Government of an ultimate acquisition approach.� This synopsis should not be construed as a commitment by the Government for any purpose.� This synopsis does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result of this notice.� This is not a request for offers.� A determination not to compete this procurement based on response to this notice is solely within the discretion of the Government.� Inquiries/questions regarding this pre-solicitation notice should be addressed to the following with �1st TSC GPS ITV� in the subject line: usarmy.ria.acc.mbx.gdms2@army.mil jennifer.j.cramblett.civ@army.mil brooke.b.sheraden.civ@army.mil Contracting Offcie Address: 3055 Rodamn Avenue� Rock Island, Illinois 61299-8000 Place of Performance: U.S. CENTCOM AOR Kuwait, Iraq, TAN
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8305e38666b348fbad8a2d82d9e2648c/view)
- Place of Performance
- Address: KWT
- Country: KWT
- Country: KWT
- Record
- SN06738139-F 20230708/230706230046 (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 |