EEUU lanza una RFI para aplicaciones de recolección de información:
https://sam.gov/opp/d6707f8a93d5445b9bd ... e96c3/view...
ACC-APG, on behalf of PM IS&A is posting this Request for Information (RFI) for the below:
The intelligence collection management application is a functional capability that supports the management and collection of intelligence from various sources. The collection management application will enable the user to plan requirements and assess collection in an automated fashion. This application streamlines both the information requirements and recommended collection asset validation processes resulting in a digital information collection plan and supporting information collection synchronization matrix. These digital collection frameworks enable rapid Commander’s Critical Information Request (CCIR) and Priority Intelligence Request (PIR) entry capture along with associated indicators and specific information requirements. The application enables vectored and dynamically updated collection asset management and tasking, enhancing battlespace awareness and situational understanding of a threat’s current operational capabilities and potential threat force application/course of action (COA).
...
Como curiosidad, sus requerimientos de hardware:
https://sam.gov/api/prod/opps/v3/opport ... ad?&token=...
The Information Collection Management application must integrate with the operating environment of the CPCE. The available resources allocation to this application is 8 CPU Cores, 32GB RAM, and 1 TB Hard Drive space. Describe the specific software packages that will make up the proposed solution. Describe the software packages and hardware platform(s) on which the proposed solution is hosted, to include CPU, RAM, and Storage specifications. This information can be provided in the white paper.
...
*CPCE: "Command Post Computing Environment". Debería ser una solución temporal, porque al parecer lo quieren ir dando de baja, de modo que sea el equipo que portan los soldados el que procese esta información en vez de hacerse de un modo centralizado. En principio disminuye riesgos (la red es más fuerte) pero encarecería el sistema (equipo individual más caro).
Algo más sobre el tema:
https://sam.gov/opp/63039e2bb92a49dda9d ... 61193/view...
Intel Apps All Source II is a new start ACAT III acquisition program that will provide leap ahead
Tasking, Collection, Processing, Exploitation and Dissemination (TCPED) advanced software capability in support of the Mission Command Intelligence Framework and the Army Multi-Domain Operations by enabling intelligence professionals to work through the intelligence cycle with increased speed, precision and accuracy. This requirement provides
advanced analytics and artificial intelligence and machine learning tools to enable our Soldiers to process big data in support of the Army’s full spectrum of operations. Intel Apps All Source II is the
next generation of the Army Intelligence domain software functions and capabilities that will
displace and replace the current IS&A software functions in the Command Post Computing Environment (CPCE) with modernized capabilities over time. This program will embrace the Development Security Operations (DEVSECOPS) methodology for continuous improvement / continuous evolution concept and will conduct continuous soldier feedback through the test, fix, test model.
...
De uno de los pdf asociados:
https://sam.gov/api/prod/opps/v3/opport ... ad?&token=...
1. Description of Item(s) Being Procured: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) has the need to acquire on behalf of Project Manager (PM) Intelligence Systems & Analytics (IS&A), a commercial item that is a software only solution to meet the All Source II interoperability, security, training, usability, and data management capabilities. The Contractor shall also provide support services, incidental services, and deliverables for the procurement of a commercial item solution to satisfy the All Source II requirements.
...
3. Delivery Schedule: This single award, indefinite delivery, indefinite quantity (IDIQ) contract will have a five (5) year ordering period. Delivery, schedule and performance requirements will be reflected in each delivery order issued under the proposed contract,
based upon the identified program needs during the contract period of performance. The orders may have option periods.
4. Type of Contract: The Government intends to award a single award IDIQ contract with orders issued on a firm-fixed-price (FFP) basis. The acquisition will be issued as a competitive full and open competition award in accordance with Federal Acquisition Regulation (FAR) Part 12 and FAR Part 15. The North American industry classification system (NAICS) code is 511210 with a size standard of $38,500,000.00.
...