Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2003 FBO #0547
SOURCES SOUGHT

A -- Information Support Server Environment (ISSE) Guard

Notice Date
5/28/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
F30602-03-R-0029
 
Point of Contact
Joseph Facciolo, Contract Specialist, Phone (315) 330-4981, Fax (315) 330-8078,
 
E-Mail Address
facciolj@rl.af.mil
 
Description
Contracting Office Address: Department of the Air Force, Air Force Material Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4514. Point of Contact: Janis Norelli, Small Business Specialist, Phone 315-330-3311, FAX 315-330-2784, Email Janis.Norelli@rl.af.mil. Capable sources are sought to perform software research and development for the IFE Division, Air Force Research Laboratory, Rome Research Site, Rome NY (AFRL Rome). AFRL Rome has a requirement to conduct Information Support Server Environment (ISSE) Guard software development and system support for the Air Force Command and Control Intelligence Surveillance & Reconnaissance Center (AC2ISRC/A-2) the DoDIIS community and existing ISSE Guard sites. This effort supports AF efforts in providing commands with required Intelligence, Surveillance, & Reconnaissance (ISR) information and capability, when and where it is needed. This Inter-domain information sharing program will enhance the current ISSE Guard at the Unified and Major Commands and their subordinate units and maintain the current ISSE Guard sites. Software development, integration, deployment and maintenance will be provided for the ISSE Guard. It will also be necessary to provide analysis, design, development, integration management, system and network administration/operation and testing to support the maintenance and evaluation of existing systems and of new development systems, and the generation of technical documentation detailing the above activities. In the course of performance, the support personnel will interface with various agencies and commands throughout the DoD through visists and electronic means, and technical visits will take place at various DoD and U.S. Intelligence Community sites worldwide. The support personnel will also provide technical support to AFRL/IFE to assist in the analysis, design, development, integration, testing and evaluation. Anticipated deliverables include software and technical documentation. An indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 60 months. The prime contractor and system integrators for this contract must have Top Secret SCI security clearances. Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. The North American Industry Classification System (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b)(2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performances, and schedules. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. This information will assist the Air Force in making a set-aside decision. Provide information on at least three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. Respondents must demonstrate knowledge/expertise in the following areas: Multi-Level Security Technologies. Ceritification and Accreditation processes for both the Top Secret and Below Interoperability (TSABI) and Secret and Below Interoperability (SABI) communities, the DoDIIS Life Cycle Management process for software development and fielding, DoD Interdomain Information Transfer Policy (DRAFT), general knowledge of the DoD unique Guarding requirements, Public Key Infrastructure (PKI) and Lightweight Directory Access Protocol (LDAP)/Full Service Directories (FSD). In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) Will you need to hire additional personnel to perform this effort? (4) Is your company?s cost accounting system approved by DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (5) Are there any other factors concerning your company?s ability to perform the upcoming effort that the Air Force should consider? Respondents are requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Large businesses are also encouraged to submit e-mails of intent should this effort not be selected as a small business set-aside. A technical read library relating to the subject area of this acquisition is available for review by potential offerors. Access may be gained by contacting the Program Manager at 315-330-7838. The library contains sensitive technical data; therefore, prior to access being granted, respondents must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement," which certifies the respondent is on the Certified Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to the ISSE Guard Program Manager at Air Force Research Laboratory/IFEB, 32 Brooks Road, Rome, New York 13441-4114, or fax to his attention at 315-330-3913. For further information on CCAL, contact the Defense Logistics Information Service at 1-888-352-9333 or on the web at http://www.dlis.dla.mil/jcp/. The draft Request for Proposal is expected to be posted for review and comment by potential offerors on or before 12 Mar 03. The formal solicitation is expected to be released within the 2nd quarter of the Government fiscal year 2003. Refer to the web link in this notice for any milestone updates. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http:www.fedbizopps.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. Any questions concerning clarifications of the Statement of Scope or the terms and conditions should be communicated directly to the Contract Specialist, Joseph Louis Facciolo at 315-330-4981 or the Contracting Officer, Robert E. Klees at 315-330-7682. All qualification packages must be addressed to the attention of Janis Norelli, Small Business Specialist, AFRL/IFB, at the address referenced at the beginning of this notice, and must be received by 4:00 P.M., EST, on 07 Feb 03. Responses must reference the solicitation number, and contain the respondent?s Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities, technical questions should be directed to the Laboratory Program Manager, Timothy Farrell at 315-330-7838, e-mail Timothy.Farrell@rl.af.mil. Contractual questions should be directed to the Contract Specialist at 315-330-4981, e-mail Joseph.Facciolo@rl.af.mil.
 
Record
SN00333351-W 20030530/030528213258 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.