Automated Information System Design and Integration Services
ID: SD-24-0095Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6RN USA GEOSPATIAL CTRALEXANDRIA, VA, 22315-3864, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Geospatial Center, is soliciting proposals for Automated Information System Design and Integration Services, aimed at enhancing geospatial information systems support for Fort Liberty's Directorate of Public Works. The contractor will be responsible for delivering non-personal services, including the creation, maintenance, and distribution of geospatial data, while ensuring compliance with established standards and implementing a Quality Control Plan to uphold performance standards. This contract, set aside for small businesses under the SBA 8(a) program, includes a base year and four option years, with proposals due by September 16, 2024. Interested parties should direct inquiries to Susan Feng or Rosann D. Knarreborg via email for further clarification on the solicitation requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Geospatial Center (AGC) is soliciting proposals for Automated Information System Design and Integration Services, contingent upon available funds. This solicitation, identified as number SD-24-0095, is exclusively for small businesses under the 8(a) program and requires written proposals submitted via email. The contract encompasses GIS support, contractor manpower reporting, and data deliverables for a base year with four option years, to be executed primarily at Fort Liberty, North Carolina. The main objective is to develop and maintain accurate geospatial data for installation management missions. Proposal evaluation will focus on the technical approach, past performance, and price, with greater emphasis on technical and past performance factors. Offerors must demonstrate a thorough understanding of requirements and provide three relevant past performance references. Proposals are due by September 16, 2024, and must adhere to specific presentation and submission guidelines. The solicitation outlines various FAR clauses and procurement policies, requiring bidders to comply with government regulations. Offerors must also ensure certification through the System for Award Management (SAM) and are advised that all proposal materials become government property.
    The Performance Work Statement (PWS) outlines the requirements for geospatial information systems support for Fort Liberty's Directorate of Public Works (DPW). The contractor is tasked with delivering non-personal services, including personnel and equipment for creating, maintaining, and distributing geospatial data in compliance with existing standards. The contractor will ensure the accuracy, accessibility, and sharing of geospatial data, and provide specialized analysis to support management missions across various Garrison directorates. Key objectives include developing spatial data standards adherence, providing GPS services, and ensuring the consistent management of geospatial products. The contractor must implement a Quality Control Plan to guarantee performance standards while the government oversees evaluations through a Quality Assurance Surveillance Plan. Critical deliverables include regular status reports, project management plans, and ongoing geospatial data management. The structure extends to security and access requirements, training obligations for contractor personnel, and the necessity for background checks, emphasizing the importance of compliance for personnel handling sensitive information. This statement represents a formal solicitation for services supporting government-maintained geospatial capabilities while ensuring rigorous quality and procedural adherence.
    The document outlines the Contract Data Requirements List (CDRL) for the Fort Liberty Directorate of Public Works, specifically regarding Geospatial Information Systems (GIS) Support. It details the required data items, reporting formats, and submission frequencies for contractor deliverables related to these services. Key items include Monthly Status Reports (MSRs), Quality Control Plans (QCP), geospatial data and metadata, various reports, meeting/trip minutes, and Project Management Plans (PMP). Each data item specifies the contractor’s obligations for documentation and reporting, including formats, timelines, and distribution instructions, with an emphasis on compliance with geospatial standards and security requirements. The overarching purpose of the document is to ensure that the contractor provides timely and accurate information that aligns with project goals while complying with government guidelines. This structured approach aims to foster effective project management and oversight through clear data exchange and monitoring of contractor performance, particularly in areas critical to the operational scope of the Fort Liberty DPW.
    The document outlines the Contract Data Requirements List for Geospatial Information Systems (GIS) support associated with the Fort Liberty Directorate of Public Works (DPW). It details six primary data items: Monthly Status Reports (MSRs), Quality Control Plan (QCP), Geospatial Data and Metadata, various Reports, Meeting/Table Minutes, and Project Management Plans (PMP). Each item specifies submission requirements such as frequency, delivery methods, and remarks regarding dissemination and updates. MSRs are due monthly, requiring programmatic status and potential issues. QCPs must detail quality control measures and be submitted within five days of changes. Geospatial data submissions are based on requirements and must adhere to established standards. Reports are given as needed, with a draft due thirty days prior to the project’s conclusion. Meeting minutes are to be submitted within three business days post-meeting, while the PMP is due thirty days after contract award and updated annually. Overall, this structured document ensures consistent reporting and compliance with quality and data management standards for government contracting in GIS-related services, aimed at enhancing project management and transparency.
    The document addresses inquiries from offerors regarding contractual requirements and deliverables related to a government solicitation, specifically focusing on periodic reports and quality control plans. Key issues raised include confusion over the due dates for the Monthly Status Reports (MSRs) and Quality Control Plans (QCPs), with the government confirming that the Performance Work Statement (PWS) is correct, thus clarifying the dates provided. Additionally, the offerors sought clarity on dissemination directives linked to the Fort Polk IGI&S Program Manager and TYAD TPOC, which the government updated accordingly. The document also addresses concerns about the proposal pricing format, specifying that proposals should follow the Contract Line Item Number (CLIN) structure outlined in the solicitation, with an emphasis on providing a total price per FFP CLIN. The intended evaluation will consider the total of all CLIN prices. The confirmation on the format for pricing proposals being flexibly in either Excel or PDF formats highlights transparency in the bidding process. Overall, the document ensures clarity and alignment between the government and potential contractors, maintaining compliance with federal standards throughout the RFP process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NETTERRAIN DCIM SOFTWARE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of NETTERRAIN DCIM Software through a combined synopsis/solicitation process. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 513210, which pertains to Software Publishers. The software is crucial for IT and telecom applications, particularly in business environments, and will be performed in New Mexico. Interested vendors should direct their inquiries to Marketplace Support via email at MarketplaceSupport@unisonglobal.com or by phone at 1.877.933.3243, as proposals are currently being requested with no written solicitation to follow.
    Information System Facility Phase II
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of Phase II supporting facilities for the previously awarded Information Systems Facility at Fort Worth. This project encompasses the development of an Administrative Facility, Organizational Vehicle Parking Lot, Parking Lot Lighting, Covered Storage Building, extension of Kentucky Avenue, landscaping, and all associated site work outside the 5-foot line of supporting facilities. The construction is vital for enhancing operational capabilities and infrastructure at the site. Proposals are due by September 18, 2024, at 2:00 PM, and interested parties can contact Vernon Valigura at vernon.n.valigura2@usace.army.mil or Robert Buchanan at robert.e.buchanan@usace.army.mil for further information.
    Army Geospatial Center (AGC) FY24 Broad Agency Announcement
    Active
    Dept Of Defense
    The Department of Defense, through the Army Geospatial Center (AGC), is soliciting research proposals under the FY24 Broad Agency Announcement (BAA) for various geospatial technology and information domains. The objective is to advance knowledge and capabilities in geospatial operations, with a focus on areas such as geospatial modeling, data management, cloud computing, and artificial intelligence applications, to enhance the U.S. Army's operational readiness in modern military contexts. This BAA is open for submissions for 365 days from its posting on September 5, 2024, and employs a two-step submission process, beginning with white papers followed by formal proposals upon request. Interested parties can contact Kimerie Smith at kimerie.s.smith@usace.army.mil or Dequan Jones at dequan.e.jones@usace.army.mil for further information.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    Integrated Data Environment & Global Transportation Network Convergence (IGC)
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking information from system integrators for the Integrated Data Environment (IDE) and Global Transportation Network (GTN) Convergence (IGC) Program. The program requires support for the current operation and maintenance of the As Is system, migration of the As Is system to a cloud environment, and support enhancements. Interested parties are encouraged to respond, regardless of size or socioeconomic category. This is not a request for proposal and the government will not be responsible for any costs incurred by interested parties. See attachments for submittal instructions.
    Sources Sought: Automated Raster Modernization (ARM)
    Active
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA) is seeking capable vendors to support the Automated Raster Modernization (ARM) initiative, which involves maintaining and enhancing the ARM systems, specifically the GeoDec and Accord modules. The contractor will be responsible for software development, operational sustainment, and maintenance, ensuring the production of essential geospatial formats such as Compressed ARC Digitized Raster Graphics (CADRG) and Enhanced Compressed Raster Graphics (ECRG). This contract is crucial for advancing NGA's technological capabilities in geospatial intelligence and will be executed primarily at the contractor's site, with testing conducted at NGA facilities. Interested parties must submit their responses by Noon ET on September 16, 2024, and can contact Victoria Le or Nicolas Lubrano for further information.
    Guam Defense System (GDS) Integrated Battle Management REQUEST FOR INFORMATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) regarding the Guam Defense System (GDS) Integrated Battle Management. The GDS Joint Program Office is seeking insights from both small and large businesses on their capabilities to develop an integrated battle manager that can effectively operate with existing Integrated Air and Missile Defense (IAMD) command and control systems, focusing on engagement coordination functions. This initiative is critical due to Guam's strategic importance, necessitating advanced air and missile defense capabilities to address various threats, including ballistic, hypersonic, and cruise missiles. Interested parties must submit their responses by October 4, 2024, at 12:00 p.m. Central Time, and can direct inquiries to Hillary S. Roy or Sydney Horn via their provided email addresses.
    Global Positioning System Contract Segment Sustainment II (GCS II)
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF), is seeking to extend the Global Positioning System Contract Segment Sustainment II (GCS II) with Lockheed Martin Services LLC (LMS) for sustainment support of the GPS Control Segment until December 31, 2028. This extension aims to facilitate the transition to a competitive contract for the Next Generation Operational Control System (OCX) while addressing critical operational and cybersecurity needs associated with the launch of GPS III satellites. The contract encompasses a range of services, including hardware and software maintenance, cybersecurity, system administration, and training, ensuring minimal disruption to ongoing operations. Interested parties must submit a Statement of Capability within 15 calendar days to the primary contact, Matthew J Buchanan, at matthew.buchanan@spaceforce.mil, or the secondary contact, Chris Cook, at christopher.cook.62@spaceforce.mil, as this notice does not constitute a formal Request for Proposal (RFP).
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Quality Management Software (QMS) for a total of 10.5 months, with the option for four additional 12-month periods. The procurement aims to centralize key functions and enhance quality management within USACE, thereby promoting business growth and reducing administrative burdens through effective management of quality-related activities. The software will include features such as dedicated user access, customizable workflows, and compliance with various ISO standards, with deliverables including user reports and upgrade notifications sent to the Contracting Officer’s Representative. Interested parties should contact Kate Behrens or Nicholas Moore via email for further details, as this opportunity is set aside for small businesses under the SBA guidelines.