Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

99 -- Defense Intelligence Modernized Integrated Database (MIDB) Enterprise (DIIME)

Notice Date
4/7/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
E01266_DIME
 
Point of Contact
Lisa Barone, Phone: 315-330-7530
 
E-Mail Address
lisa.barone@rl.af.mil
(lisa.barone@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Research Laboratory (AFRL) - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4514. Point of Contact: Ms. Janis Norelli, Small Business Specialist, Phone (315) 330-3311, FAX (315) 330-2784, Email Janis.Norelli@rl.af.mil. Description Capable sources are sought to deliver an integrated software solution that improves product capabilities of the current Order of Battle (OB) functionality for the Defense Intelligence Modernized Integrated Data Base (MIDB) Enterprise (DIME) including all elements of OB data production and dissemination in support of the warfighter operations and national production. The successful software approach will: (1) advance the current software functionality towards full automation of all needed OB capabilities, including support to the following ten components of the system: MIDB Data Access Layer (MDAL), General Military Intelligence Database (GMIDB), Morpheus user interface, MIDB XML Data Exchange (MXDE), Person of Interest (POINT) Database, Point Data Access Layer (PDAL), Association (ASSOC) Database, ASSOC Data Access Layer, Replication, and Cross-version Bridge (CVB); (2) improve software performance; and (3) incorporate new versions of Commercial-Off-The-Shelf (COTS) and newly developed (i.e. Government-Off-The-Shelf (GOTS)) software, as required. The effort also requires the successful offeror to: (1) participate in integration and or testing with various operating environments for the Department of Defense Intelligence Information System (DoDIIS), to include Global Command and Control System (GCCS)- Integrated Intelligence and Imagery (GCCS-I3), GCCS-Joint (GCCS-J), GCCS-Joint Digital Intelligence Support System (GCCS-JDISS), GCCS-Maritime (GCCS-M), GCCS-Air Force (GCCS-AF), etc.; and (2) respond quickly to user mission needs concerning the training, operations, and management of the delivered software capabilities. While meeting the needs of the Intelligence community-at-large, customer-specific capabilities must be provided and maintained for interoperability with legacy and evolving systems, managed databases, and architecture changes. The Modernized Integrated Database (MIDB) is the worldwide General Military Intelligence [GMI] database for the Shared Production Program (SPP) to provide GMI data to the warfighter. MIDB is available in both JWICS and SIPRNet domains. To be considered capable, interested parties must demonstrate a knowledge of the following: (1) Describe any relative experience with JWICS and SIPRNet domains; (2) Describe an approach for maintaining an operational baseline while developing and delivering new releases of the system; (3) Describe an approach to build functionally cohesive but loosely coupled databases; (4) Describe a capability to replicate large volumes of data; (5) Describe an ability to work with text, images and mapping data; (6) Describe a method/approach to perform queries against disparate databases which form a comprehensive review for use by a MIDB analyst(s) on a single desktop environment; and (7) Describe an approach for managing a common database architecture between large organizations such as the Defense Intelligence Agency and DoD service components. Anticipated deliverables include computer software and technical documentation. An Indefinite-Delivery, Indefinite-Quantity (ID/IQ) -Supply contract is contemplated with an ordering period of forty-eight (48) months. The acquiring agency anticipates that approximately $49.9 million will be sufficient to cover orders for the duration of the ordering period. Contract type is TBD. 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 541511 and the size standard for small business is $25 million in annual receipts. 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)(1) and (2), in making small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and award will be made at fair market prices. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience necessary to successfully compete for this award. 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) Has your company's cost accounting system approved by the DCAA or DCMC? (5) Is your company a foreign-owned/foreign-controlled firm and do you contemplate the use of foreign national employees on this effort? (6) Explain how your company will fill the TS/SCI positions (see Security Clearances paragraph below). (7) Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? (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. EXPORT-CONTROLLED DATA The successful contractor may receive and/or generate technical data subject to export control in the performance of the contract. Therefore, prospective offerors must provide a completed and approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (CCAL) or the offeror is seeking application to CCAL. The successful offeror must have a completed and approved DD Form 2345 prior to award. For further information on CCAL, contact the Defense Logistic Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. It is solely the responsibility of the contractor to obtain an export license from the U. S. Department of State and to comply with the federal laws and regulations. Questions concerning the International Traffic in Arms Regulations (ITAR) and export licensing must be directed to the U.S. Department of State's Directorate of Defense Trade Controls and not the Air Force Project Engineer, Contracting Office, or Air Force Foreign Disclosure Office. SECURITY CLEARANCES At time of award, the successful offeror must have Top Secret SCI security clearances at the prime level and at any tier where system integration will be performed. Interested parties are advised that to perform this acquisition the successful offeror will be required to have at the time of award five (5) personnel with Top Secret SCI clearances and five (5) personnel with collateral clearances (total for the prime and all subcontractors). Within 60 days of contract award the contractor must have a total of fifteen (15) personnel with Top Secret SCI clearances and fifteen (15) personnel with collateral clearances (total for the prime and all subcontractors). Interested parties are also advised that to perform this acquisition the successful offeror will be required to have SIPRNet access at time of award to work operational site problems. Contract awardees must have access to a secure facility to work at the Secret level and store data at the Secret level within 60 days of contract award. Foreign participation is excluded at the prime contractor level. TECHNICAL LIBRARY (EXPORT-CONTROLLED DATA) A technical library relating to the subject area of this acquisition is available for review by potential offerors at the Air Force Research Laboratory/RIEB, Building 3, 525 Brooks Road, Rome New York 13441-4505. The library contains technical data subject to export control. Appointments for access may be made by submitting a request to the AFRL Program Manager, Mr. Jody Pettis, at least four (4) business days in advance. Prior to access being granted, potential offerors must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement, along with a letter from the Data Custodian designated on that form, authorizing access to whomever will be reviewing the library. Address the request to: ATTN: Jody Pettis, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, or via fax to (315) 330-3913. The Draft Request for Proposal is expected to be posted for review and comment by potential offerors within the 3rd Quarter of Government Fiscal Year 2010. The formal solicitation is expected to be released within the 4th Quarter of the Government Fiscal Year 2010. When it is issued, the entire solicitation will be posted 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. All submissions must be addressed to Ms. Janis Norelli, Small Business Specialist, AFRL/RIB, 26 Electronic Parkway, Rome NY 13441-4505 and must be received by 3:00 P.M., EST on 20 APR 2010. 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 DIME Program Manager, Mr. Jody Pettis at (315) 330-7942, email: Jody.Pettis@rl.af.mil for this indefinite-delivery, indefinite-quantity effort. Any contractual questions or questions concerning this Sources Sought Notice may be directed to the Contract Specialist, Ms. Lisa Barone at (315) 330-7530, email: Lisa.Barone@rl.af.mil or the Contracting Officer, Mr. Bob Stadelmaier at (315) 330-1726, email: Robert.Stadelmaier@rl.af.mil. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Bob Stadelmaier at (315) 330-1726, Robert.Stadelmaier@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Susan Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: (937) 255-7754. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level, may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. NOTE: Due to limitations of the FedBizOpps website, the Government is unable to post both the Sources Sought and Pre-Solicitation Notices using the same Solicitation Number. Therefore, the Government is posting the Sources Sought Notice at Solicitation Number E01266_DIME, which will contain only the Sources Sought Notice and all modifications thereto. The Pre-Solicitation Notice, Draft Request for Proposal (DRFP), Request for Proposal, and any additional updates will be posted at a later date. All prospective offerors are instructed to continue to routinely monitor and register under Solicitation Number FA8750-10-R-0157. Contracting Office Address: AFRL/Information Directorate 26 Electronic Parkway Rome, New York 13441-4514 Primary Point of Contact: Lisa M. Barone Contract Specialist Lisa.Barone@rl.af.mil Phone: 315/330-7530 Fax: 315/330-8097
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/E01266_DIME/listing.html)
 
Record
SN02115489-W 20100409/100407235441-6f5054d108399905831d7624655663f3 (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.