Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2024 SAM #8276
SOLICITATION NOTICE

D -- Dataminr, Inc. First Alert V2 Software

Notice Date
7/23/2024 11:40:25 AM
 
Notice Type
Presolicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 20755-0549 USA
 
ZIP Code
20755-0549
 
Solicitation Number
632470002
 
Response Due
8/7/2024 11:00:00 AM
 
Archive Date
08/22/2024
 
Point of Contact
Karoline Schmal, Robin Schuster
 
E-Mail Address
karoline.k.schmal.civ@mail.mil, robin.n.schuster.civ@mail.mil
(karoline.k.schmal.civ@mail.mil, robin.n.schuster.civ@mail.mil)
 
Description
NOTICE OF INTENT TO SOLE SOURCE The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Dataminr, Inc. A sole source Justification & Approval document is being coordinated and, upon approval, a copy of it will be posted here on SAM.gov to comply with the public display requirements of FAR 6.305. Dataminr, Inc. First Alert V2 Software is a commercial off-the-shelf (COTS) content management system designed as a real-time artificial intelligence (AI) for event and risk detection. The software detects first signals of high-impact events and likely risks with insightful, actionable data. Dataminr, Inc. First Alert V2 software monitors over 200,000 public information sources and provides customizable content and various delivery options. The Government is seeking to procure a new contract for 20 additional brand-name, COTS Dataminr, Inc. First Alert V2 software licenses via FFP contract with four 12-month option periods. The licenses are provided with a 12-month period of performance from the date of delivery.� The current number of individual use licenses are insufficient to meet the needs of the Government and is necessary to augment with the additional individual licenses. The Dataminr, Inc. First Alert V2 software features include audience segmentation, incident & reputation management, configurable alerts, and analytics.� The tool has over 20 advanced features but the specific features unique only to the Dataminr, Inc. First Alert V2 software and paramount to the Government�s requirement are Configurable Alerts, Event Management, Reputation Management, and Response Management.� Dataminr, Inc. First Alert V2 software will be utilized as an incident detection solution to analyze and mitigate high impact global events and risks.� The proprietary AI technology utilized enables the tool to process data in multiple formats such as text, images, videos, audio, and public Internet of Things (IoT) sensor data.� Dataminr, Inc. First Alert V2 software tracks more than 200,000 public information sources, more than any other brand of software in the marketplace.� Sources include social media platforms such as Twitter, Reddit, IoT sensor data, audio transmissions, and the dark web. The Government requires the unique capability to tailor alerts by priority level, topic, and national security concerns using the Configurable Alerts feature. This allows alerts for events such as criminal activity, and airplane transponder signals (ADS-B Signals).� The ADS-B tracked signals provide real-time time-series data for about 150,000 flights within a 24-hour period, at a rate of hundreds of data points every second.� A January 2020 U.S. mandate requires that all aircraft operating in a controlled airspace adopt the ADS-B standard to broadcast their real-time position, identification, altitude, as well as vertical and horizontal speed.� The Dataminr, Inc. First Alert V2 platform consumes tens of millions of data points per day produced by aircraft and aircraft operators worldwide.� These inputs include data from radar, ground, and space-based ADS-B receiving stations (latitude and longitude, airplane identification, vertical and horizontal speed) and International Civil Aviation Organization (ICAO) flight plans containing origination, route, planned destination, etc.� Dataminr, Inc.�s platform uses AI to detect anomalies in the time-series data ranging from a plane that diverts from its scheduled route to a plane exhibiting sharp and unexpected shifts in altitude or course.� The Dataminr, Inc. tools uses AI methods that range from statistical event modeling to deep learning and machine learning, for anomaly detection. At this time, the incumbent contractor, and original equipment manufacturer, Dataminr, Inc. is the only source capable of providing all necessary services, as existing OEM products are proprietary, and licenses, upgrades and support are available from only the existing OEM or its authorized resellers. Dataminr, Inc. currently has no authorized resellers. Since the infrastructure already exists and integration is paramount to the Government mission, there is a need to increase the amount of individual use licenses to meet the current demand.� Additionally, �if the currently installed software licenses are not renewed, the software would no longer function properly or receive the necessary updates, upgrades, and patches upon which the Government depends to provide continuity of operations. The statutory authority for other than full and open competition is 10 USC 3204(a)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. �Companies who believe they can provide this service must indicate their interest in writing within 15 days of this notification and include a detailed capability statement.� No reimbursement for any cost connected with providing capability information will be provided.� All responsible sources will be considered in evaluating the determination to issue a sole-source contract. �Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal.� A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. Please contact Karoline Schmal at the point of contact listed if you wish to obtain a copy of the solicitation. The North American Classification System (NAICS) code 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services. CONTRACT/PROGRAM BACKGROUND: Contract Number:� HC104722C0013 Contract Type: �Firm Fixed Price Incumbent and their size and CAGE:� Dataminr, Inc., Large Business, CAGE Code 6Q6Z6 Method of previous acquisition: �Brand Name/Sole Source Period of performance:� September 22, 2022 � September 21, 2023 Contract Number:� HC104723C0009 Contract Type: �Firm Fixed Price Incumbent and their size and CAGE:� Dataminr, Inc., Large Business, CAGE Code 6Q6Z6 Method of previous acquisition: �Brand Name/Sole Source Period of performance:� September 22, 202 � September 21, 2024, with three 12-month option periods. Points of Contact: �karoline.k.schmal.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a2c4989471d34281b01641684a0bb00d/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07139116-F 20240725/240723230145 (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.