Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOURCES SOUGHT

A -- Secure Information Access Analysis & Dissemination (SIAAD)

Notice Date
8/2/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
FA8750-05-R-0239
 
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 13441-4114. Point of Contact: Janis Norelli, Small Business Specialist, Phone 315-330-3311, FAX 315-330-2784, Email norellif@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 Secure Information Access Analysis & Dissemination (SIAAD) software development and system support for various military commands and Government agencies. This effort supports Air Force efforts in providing Department of Defense commands, State Dept and various Federal Agencies with a software toolkit that provides a general data visualization and analysis infrastructure for the analysis of temporal, spatial, entity, and association information. The flexible SIAAD architecture exploits multiple data sources and provides data mining tools that facilitate trend and pattern analysis to support activity prediction. This effort will perform engineering and technical tasks and operations and maintenance support for current and new users of the SIAAD software toolset. Technical enhancement are needed to correct any identified shortcomings in the toolset and to provide additional capabilities, features, processes, and documentation. The enhancements will extend SIAAD functions and provide more effective and efficient capabilities to meet the needs of the users. Installation support will be needed to install the SIAAD software and train users at multiple sites throughout the world. Operations and maintenance actions will be needed to provide continued system support to current customer sites and to the new sites after system installation. In the course of performance, the support personnel will interface with various DoD and Government agencies through visits and electronic means, and technical visits that will take place at various sites, worldwide. The support personnel will also provide technical support to Air Force Research Labs/Information and Intelligence Exploitation Division 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 and a max ceiling of $49.9 million. The prime contractor and their subcontractors for this contract must have Top Secret SCI security clearances; foreign allied participation at the prime contractor level shall not be permitted for this effort. In reference to the SIAAD effort, information can be obtained by contacting the Information Management Services (IMS) organization at the Air Force Research Laboratory/IFEB, 315-330-2723, e-mail: cubic_cm@rl.af.mil. IMS can provide you technical read library information via access to the Configuration Management Database (CMDB). Access to the CMDB and an access request requires approval by the Government SIAAD Program Manager, Dr. Ernst Walge, at 315-330-2530/2171. Data in the library is subject to export control restrictions. Prior to access being granted, respondents must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement (Mar 2005), (may be obtained at http://www.dlis.dla.mil/forms/forms.asp), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to the SIAAD Program Manager at the Air Force Research Laboratory/IFEB, 525 Brooks Road, Rome, New York 13441-4505, or fax to his attention at 315-330-2529. 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 demand of the proposed acquisition for the best mix of cost, performances, and schedule. 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 complete for this award. Provide information for at least three (3) contracts for similar work; commercial experience will be considered under this requirement. Include complete references, contract titles, dollar values, points of contact and telephone numbers. This information will assist the Air Force in making a set-aside decision. 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: web-based software technology, browser-based access, web publishing, data visualization, database mining, disparate data sources, multi-source data integration, ad-hoc querying, trend and pattern detection, distributed networking, near real-time situation alerting and prediction of upcoming events and the certification and the DoDIIS certification and life cycle management process for software development and fielding. 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 the 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? (6) Is your company a foreign-owned/foreign-controlled firm and do you contemplate the use of foreign national employees on this effort? (7) Explain how your company will fill the TS SCI positions. (8) What is your company's Certified Contractor Access List (CCAL) number? Large businesses are also encouraged to submit e-mails to the Contract Specialist stated below of intent should this effort not be selected as a small business set-aside. The Draft Request for Proposal is expected to be posted for review and commented by potential offerors on or before 15 Oct 2005. The formal solicitation is expected to be released within the 1st Quarter of the Government fiscal year 2006. 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 this Sources Sought Notice may be directed to the Contract Specialist, Janet Moskal at 315-330-1749, Janet.moskal@rl.af.mil or the Contracting Officer, Michael R. Ferenti at 315-330-7223, Michael.ferenti@rl.af.mil. All submissions must be addressed to Janis Norelli, AFRL/IFB, 26 Electronic Parkway, Rome NY 13440 and must be received by 4:00 P.M., EST on 31 August 2005. 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 statement of capabilities, technical questions should be directed to the Laboratory Program Manager for this indefinite-delivery, indefinite-quantity effort, Dr Ernst K Walge at 315-330-2530/2171, email: walgee@rl.af.mil, the SIAAD Program Manager .Contractual questions should be directed to the Contract Specialist at 315-330-1749, e-mail Janet.Moskal@rl.af.mil.
 
Record
SN00860262-W 20050804/050802212133 (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.