Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

A -- US NDC SOURCES SOUGHT SYNOPSIS

Notice Date
3/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
US_NDC_SOURCES_SOUGHT_2008
 
Archive Date
10/15/2008
 
Point of Contact
Scott Syring, Phone: 321-494-9683, Lynn A Corley,, Phone: 321-494-5206
 
E-Mail Address
scott.syring@patrick.af.mil, lynn.corley@patrick.af.mil
 
Small Business Set-Aside
N/A
 
Description
This request is an announcement for information for planning purposes only. This announcement supercedes all previous posts. Interested sources should resubmit to the information contained in this announcement. This sources sought does not constitute a Request for Proposal, Request for Quote, or Invitation for Bid. Nor does its issuance in any way restrict the Government's acquisition approach. The Air Force Technical Application Center (AFTAC) is seeking interested sources for providing Operations Support for the US National Data Center (US NDC) program. The US NDC is the geophysical data acquisition, data processing, reporting and archiving component of the United States Atomic Energy Detection System (USAEDS) operated by the Air Force Technical Applications Center (AFTAC). AFTAC's mission is to monitor compliance with nuclear test ban treaties to standards set by US verification and policy leaders. This mission requires the US NDC to detect, locate and identify foreign nuclear tests and provide rapid reporting and technical assessment to the appropriate national security agencies and policy makers. The US NDC processes and integrates data and information up to and including the Department of Defense (DoD) SECRET level. The US NDC also serves as the data distribution center for all US government and authorized users for International Monitoring System (IMS) data. The focus of this effort is to fine-tune the current system by optimization of software algorithms through Scientific and Engineering studies, upgrade existing hardware, and sustain the present operational systems. The US NDC is an advanced geophysical data acquisition and processing system which provides the capability to receive, process, archive and report events of interest in monitoring nuclear treaty requirements. It acquires waveform data from a global network of seismic, hydroacoustic and infrasonic stations. Data is stored, distributed to researchers both internal and external to AFTAC, and reliably forwarded to a classified processing system. The US NDC receives data from the International Data Center (IDC) originating from International Monitoring System (IMS) sensors on U.S. territory and from other countries. Users interactively review, refine, correct, and display currently available results. The US NDC consists of the following components: (a) A 24x7 operations center located in the AFTAC Operations Center (AOC), Patrick AFB, FL (PAFB); (b) A 24x7 alternate (ALT) hot-backup system located at Goodfellow AFB, TX (GAFB); (c) A Training System located at the 312th Training Squadron GAFB; (d) A Remote Operations Center (ROC) located at PAFB (used to support unplanned and/or short term AOC outages, fire drills, etc.); (e) The US NDC Sustainment System (SUS, aka the test-bed) and (f) the US NDC Development System (DEVL), both located at AFTAC/PAFB. Current System Parameters include the following: 1) Hardware: SUN SPARC-based servers and workstations, Storage area network drives, LTO3 tape archives 2) Software: Solaris 8 & 10, Oracle 10g, ClearQuest/ClearCase, Tuxedo, Net Vault, Trusted Gateway System 3) Code: C, C++, FORTRAN, PERL, Scheme, SQL, Lisp, ASM, CSH, Java, Makefile, SH, TCL, YACC The operational US NDC hardware (OPS, Alt, Training System, and Remote Operations Center) along with most of the development/sustainment hardware is and will continue to be maintained through a separate AFTAC maintenance support contract. Contractor responsibility will include the sustainment and integration of a total system including correction and implementation of fixes to software problems, on-going software and hardware upgrades, and advanced/on-going tuning/optimization of software algorithms. All personnel must have a Secret clearance and all key personnel must have a Top Secret (SCI) clearance. A majority of the work will be done within the AFTAC building at Patrick AFB, FL. Therefore, the contractor must have or establish a facility in Florida and have key personnel available to work within AFTAC. Examples of ongoing US NDC sustainment items include, but are not limited to the following: 1) One of the primary objectives of this effort is to sustain a software and hardware architecture to include complete configuration management which will provide the platform for future system growth and enhancements. The functionality shall maintain and enhance existing data acquisition, detection, association, location, magnitude/yield estimation, event classification, event reporting, data distribution, and data archiving capabilities to meet current and future treaty monitoring needs as specified in the US NDC System Requirements Document (SRD). 2) Integration of 3rd party efforts: The Department of Energy (DoE) and Air Force labs, as well as various government contractors are involved in numerous areas of US NDC development. Some examples are: portions of the knowledge base, event classification methodology, and Geographical Information System (GIS). It will be the contractor's responsibility to team with these AFTAC partners and integrate their products. 3) The US NDC contractor is responsible for providing Total System Integration Responsibility (TSIR) for the US NDC. The US NDC contractor is responsible for integration of hardware, COTS/GOTS software and calibration information, and contractor developed software into the US NDC system. 4) The US NDC contractor is responsible for providing 24x7 on call support to insure 99% operational availability rate. 5) The US NDC contractor participates as a key member of the US NDC Change Management Board (CMB) to insure the US NDC will continue to meet the operational availability requirements. The CMB oversees the US NDC Change Request (CR) process and prioritizes O&M work which includes but is not limited to software bug fixes and minor enhancements, adding new stations to data acquisition and both station and network processing. 6) Studies a) Conduct engineering/scientific studies to help optimize/tune detection, association, location, magnitude/yield estimation and event classification to meet current and future treaty monitoring needs. b) Conduct engineering and IT infrastructure studies (e.g., hardware, software, databases) to help improve overall system performance and help reduce maintenance costs and man power needs. All applicable upgrades to the US NDC shall also be made to the training system and to the Alt US NDC, both of which are located at Goodfellow AFB TX. THIS IS NOT A REQUEST FOR A PROPOSAL SUBMISSION. It is a market research tool to determine the availability and adequacy of potential sources. The estimated contract cost for this effort is approximately $10M - $15M and is anticipated to be a 3-year contract (basic with two 1-year options. Interested parties responding to this announcement shall provide a point of contact, their company's Cage Code, and indicate their company's business size (i.e. large, veteran-owned small business, service-disabled veteran-owned small business, HUBzone, small disadvantaged business, 8(a), or woman-owned small business) in relation to NAICS Code 541511, size standard $25 million. The Government reserves the right to set this action aside for a type of small business concern. Interested parties are invited to submit a Statement of Capabilities (SOC) to the Government for evaluation in response to this announcement in accordance with Numbered Note 25 (see below Numbered Notes). In addition to Numbered Note 25, the following must, as a minimum, be addressed in your SOC: 1) -Is your intent in responding to this synopsis to be a prime, or a subcontractor? 2) -List all relevant Government contracts by contract number and title. Provide a brief overview of the contracted effort and indicate if the effort performed under each contract was as the prime contractor or as a subcontractor. 3) -List geophysicist and other key personnel available to perform at Patrick AFB, FL in support of this type of effort. 4) -Do you have documented internal processes for Configuration Management and Quality Assurance? 5) List any current certification held by your company. (ex: ISO) Numbered Note 25: Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Please limit SOC responses to a maximum of ten (10) total pages. Minimum font shall be 12 point. The SOC shall be submitted in an Acrobat readable format via email. Routine communications concerning this announcement should be directed to the point of contact listed below. The due date for receipt of email responses to this announcement is March 18, 2009, 1600 EST. Interested companies are requested to submit their responses electronically (via e-mail) to scott.syring@patrick.af.mil with a copy to lynn.corley@patrick.af.mil. The point of contact for this announcement is Mr. Scott Syring, Contract Specialist, 45 CONS/LGCCA, 1030 South Highway A1A, Bldg 989, Patrick AFB, FL 32925-3002, (321) 494-3071. The alternate point of contact for this announcement is Ms Lynn Corley, Contracting Officer, 45 CONS/LGCCA, 1030 South Highway A1A, Bldg 989, Patrick AFB, FL 32925-3002, (321) 494-0519. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SYNOPSIS, NOR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED IN THIS DISCUSSION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fed1160129542b08b15cb5dc83610e3e&tab=core&_cview=1)
 
Place of Performance
Address: 1030 South Highway A1A, Building 989, Patrick AFB, Florida, 32925-3002, United States
Zip Code: 32925-3002
 
Record
SN01766469-W 20090312/090310221119-fed1160129542b08b15cb5dc83610e3e (fbodaily.com)
 
Source
FedBizOpps 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.