Search Contract Opportunities

DCGS-A Capability Drop 2 - Data Fabric and Analytics   2

ID: W56KGY-19-R-0007 • Type: Award Notice
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, on behalf of Project Manager (PM) Distributed Common Ground System - Army (DCGS-A), awarded a competitive, full and open Multiple Award indefinite delivery indefinite quantity (IDIQ) contract in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15. The resulting contracts have a four (4) year base ordering period and a three (3) year option period, with an overall ordering ceiling of $823,263,105.82.

This procurement is for the DCGS-A Capability Drop (CD) 2 Data Fabric and Analytics, specifically a commercial item that is a software only solution to meet the interoperability, security, training, usability, and data management capabilities. Also under this contract, the Government procured support services, incidental services and deliverables in support of the DCGS-A CD 2 commercial software solution.

DCGS-A is a Family of Systems that provides our Army with advanced analytics, support to targeting and situation understanding to commanders. It processes, exploits and disseminates information and intelligence about the threat, weather, and terrain and provides tactical and operational ground stations that downlink data from national, joint partners and Army sensors. As technology evolves and new warfighting requirements emerge, the DCGS-A capability set needs to be updated to meet the user needs.

The DCGS-A CD 2 requirements address the need to enhance the Data Fabric and Analytics capabilities of DCGS-A at the Army's Intelligence and Security Command Fixed Sites and tactical echelons. The Contractor's CD 2 software is intended to be hosted in the Cloud and/or on Government owned equipment (e.g. Intelligence Processing Center Version 1 or Tactical Server Infrastructure).

The CD 2 capability shall align with multiple overarching directives, to include the Army's Common Operating Environment (COE); the Intelligence Community Information Technology Enterprise; Joint Information Environment and Defense Intelligence Information Enterprise. The DCGS-A CD 2 shall support net-centric military operations by being interoperable with current Army, Unified Action Partners, Joint Service, Allied, Coalition, and Command and Control information and ISR systems. DCGS-A CD 2 shall operate across the Top Secret Joint Worldwide Intelligence Communications System Network and the Secure Internet Protocol Router Network, Secret Coalition, and Unclassified security domains, and within and across all COE computing environments.

DCGS-A will continue to contribute to visualization and situational awareness, maximizing combat power and enhancing the ability to operate in an unpredictable and changing environment throughout the operational spectrum.

The Government issued a solicitation on or about 18 July 2019. There are no set-asides for this action. The Government only considered proposals offered from responsible businesses applicable to North American Industry Classification System (NAICS) 511210. The Government awarded two (2) FFP contracts, utilizing the tradeoff process in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.101-1. The solicitation was issued electronically IAW FAR 4.502 (a), 5.102(a), and 15.203(c), therefore, hardcopies were not be provided. All proposals were required to be submitted electronically via the beta.SAM.gov (previously Federal Business Opportunities web site http://www.fbo.gov). In order to submit a proposal and bid on the solicitation, offerors were required to have a current profile at the System for Award Management (https://www.sam.gov/portal/public/SAM/).

On 25 February, the Government made award.

Overview

Awardee
Palantir USG, Inc.
Award ID
W56KGY-20-D-0005
Reported Award
$823,263,106
Award Date
Feb. 25, 2020
Posted
April 30, 2020, 7:12 a.m. EDT
Set Aside
None
Place of Performance
Palo Alto, CA 94301 United States
Source
SAM

Current SBA Size Standard
$41.5 Million
Pricing
Likely Fixed Price
Vehicle Type
Indefinite Delivery Contract
DCGS-A Capability Drop 2 - Data Fabric and Analytics (W56KGY-19-R-0007) was awarded to Palantir USG, Inc. on 4/30/20 by ACC Aberdeen Proving Ground.
Primary Contact
Name
Meghan C. Whitmore   Profile
Phone
(443) 861-5389

Secondary Contact

Name
Stephen G Cutchin   Profile
Phone
None

Documents

Posted documents for Award Notice W56KGY-19-R-0007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Award Notice W56KGY-19-R-0007

Award Notifications

Agency published notification of awards for Award Notice W56KGY-19-R-0007

IDV Awards

Indefinite delivery vehicles awarded through Award Notice W56KGY-19-R-0007

Similar Active Opportunities

Open contract opportunities similar to Award Notice W56KGY-19-R-0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W56KGY
Source Organization Code
500043662
Last Updated
June 8, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 8, 2020