Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOURCES SOUGHT

A -- AGILE CYBER TECHNOLOGY (ACT)

Notice Date
7/28/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
B15137_Agile_Cyber_Technology
 
Point of Contact
Karl VanDenTop, Phone: 315-330-1794
 
E-Mail Address
Karl.VanDenTop@rl.af.mil
(Karl.VanDenTop@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 Janis.Norelli@rl.af.mil. Capable sources are sought to perform cyber research and development for the Information Directorate, Air Force Research Laboratory, Rome Research Site, Rome NY (AFRL Rome). AFRL Rome has a requirement to perform multiple activities necessary to achieve AFRL's Science & Technology (S&T) vision of cyber superiority. Emphasis will be placed on: a) development of technology capability solutions that address specific user requirements; b) delivery of prototype technologies for evaluation and feedback in the context of the user's operational environment; and c) provision of a mechanism for user acquisition of limited product quantities required for operational introduction of products. The technical requirements will encompass rapid research and development, prototyping, demonstration, scenario development, experimentation and evaluation, integration, testing, technical installation and support, transition, and sustainment of innovative capabilities in support of cyber superiority, in the following areas: 1) Threat Avoidance and Cyber Defense, 2) Full Spectrum Cyber Operations, 3) Network Exploitation, 4) Situation and Mission Awareness, 5) Command and Control, 6) Modeling, Simulation, and Wargaming, 7) Cyber Infrastructure, and 8) Mission Assurance. In the course of performance, the contractor will interface with various DoD and Government agencies through visits and electronic means, and technical visits that will take place at various sites. Anticipated deliverables include software, hardware, and technical documentation. A multiple-award indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 60 months. The maximum contemplated ordering amount is anticipated to be approximately $480,000,000.00. The prime contractors for this contract must have Top Secret SCI security clearances. Facility and SCIF clearances are yet to be determined. A determination has yet to be made on Foreign Allied Participation at the prime contractor level. A notice will be made on Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov when the determination is completed. 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/. A Technical Read Library will be available at a future date and notice will be made on the FedBizOpps website regarding access at that time. The library may contain technical data subject to export control or For Official Use Only information. If so, prior to review, 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 by whomever will be reviewing the library. 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 541712 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)(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 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, but not limited to: 1) cyber agility, 2) threat avoidance, 3) mission assurance, 4) cyber defense, 5) full spectrum cyber operations, 6) network exploitation, 7) situation and mission awareness, 8) cyber command and control, 9) modeling, simulation, and wargaming, 10) cyber infrastructure, 11) cyber recovery, and 12) cyber reconstitution. Knowledge/expertise of software languages, operating systems, network and computer hardware, systems integration and transition experience is also required. 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) Does your company currently have the expertise to cover all the technical areas? If not, define your approach to obtain the skills in them. (4) Is your company's cost accounting system approved by the DCAA or DCMA? (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 any 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. An Industry Day will be held in the early Fall of 2010. Date, place, and registration information will be announced on the FedBizOpps website when available. The Draft Request for Proposal is expected to be posted for review and commented by potential offerors on or about 1 Dec 2010. The formal solicitation is expected to be released within the 2nd Quarter of the Government fiscal year 2011. When it is issued, the entire solicitation will be issued on the 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. OMBUDSMAN. 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, Michael Graniero, (315) 330-1610, Michael.Graniero@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (APR 2010) 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 Center/MAJCOM or AFISRA ombudsmen, Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. Questions concerning this Sources Sought Notice may be directed to the Contract Specialist, Karl VanDenTop at 315-330-1794, Karl.VanDenTop@rl.af.mil or the Contracting Officer, Michael Graniero at 315-330-1610, Michael.Graniero@rl.af.mil. All submissions must be addressed to Janis Norelli, AFRL/RIB, 26 Electronic Parkway, Rome NY 13440 and must be received by 3:00 P.M., EST on 15 OCT 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 Laboratory Program Manager for this indefinite-delivery, indefinite-quantity effort, Victoria Yan at (315) 330-1868, email: Victoria.Yan@rl.af.mil, the ACT Program Manager, or Brian Spink, (315) 330-7596, Brian.Spink@rl.af.mil, the ACT Technical Lead. 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 B15137 "Agile Cyber Technology", which will contain only the Sources Sought Notice and all modifications thereto. The Pre-Solicitation Notice, Draft Request for Proposal (DRFP), if applicable, Request for Proposal and any additional updates will be posted to Solicitation Number to be determined at a later date. All prospective offerors are instructed to continue to routinely monitor and register under Solicitation Number B15137 "Agile Cyber Technology." At the time of the posting of the Pre-solicitation Notice, this Sources Sought Notice will be modified to identify the Pre-Solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/B15137_Agile_Cyber_Technology/listing.html)
 
Record
SN02220893-W 20100730/100728235544-90d105214abb3f77b77ebccefb92aff6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.