Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
SOURCES SOUGHT

R -- Systems Engineering & Evaluations, System Analysis Worldwide 6 (SEESAW 6)

Notice Date
2/9/2011
 
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
E11396_SEESAW6
 
Point of Contact
John McCanney, Phone: 315-330-1403
 
E-Mail Address
John.McCanney@rl.af.mil
(John.McCanney@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 focus on enabling the Air Force mission to maintain and improve DoD Intelligence capabilities for the AFRL/RIE Division, Air Force Research Laboratory, Rome Research Site, Rome NY (AFRL Rome). The scope of this effort is to provide life cycle software development engineering to Department of Defense Intelligence Information System (DoDIIS) and US Intelligence Community World Wide. The objective of this effort has three main focus areas and their respective components. These areas are (1) Technical Program Office Support, (2) Intelligence Analysis, and (3) Engineering Operations and Maintenance. The focus areas include providing studies, analyses, designs, development, recommendations, enhancements, integration management, configuration management, testing and evaluation of existing/new systems and their transition into the operational environment, software/hardware installation, and system /network administration and operation. This effort does not include Cross-Domain activities (filters, guards, multi-level security etc.). Technical Program Office Support: Provide design, develop, and implement lifecycle systems engineering support for the information/intelligence requirements of AFRL, DoDIIS and intelligence community. Includes user requirements definition, prototype and demonstration, concept analysis and alternatives assessment, and technology evaluation. Technical Program Offices include, but not limited to, Joint Targeting Toolkit (JTT), Web Temporal Analysis System (WebTAS), Disaster Recovery Program (DRP), Messaging Information Services and Tools for the Intelligence Community (MISTIC), and Life Cycle Engineering and Technical Support (LETS). Intelligence Analysis: Review, investigate, provide technical analysis of the government's functional requirements and document and further breakout/detail the requirements. Develop, compare and evaluate concepts or alternatives to meet or exceed requirements, to develop and implement prototypes and demonstrations to test or show the validity of the concept and to provide technical assessment of alternatives to the government. Analysis activities support AFRL, DIA, AFC2IC, ACC and other intelligence community customers. Engineering Operations and Maintenance: Perform general operation, maintenance and administration of data and information components, products or systems (hereinafter referred to as systems); and including engineering to address O&M problems. This effort is required to support information/intelligence requirements of AFRL, DIA, AFC2IC, ACC and other intelligence community customers. This effort will mainly be to utilize the software engineering lifecycle process to implement and integrate a cohesive approach for the development and maintenance of program requirements. The work includes any or all life cycle phases, including, but not limited to analytical studies, system feasibility studies, technical support to system design, engineering efforts, system trade-off studies, design efforts for experimental demonstration efforts, software specification efforts, limited software development efforts to maintain existing systems, system simulations, component and systems integration, test and evaluation analysis, prototyping, functional evaluations of installed systems, and system analysis. In the course of performance, the Contractor will interface with various agencies at various DODIIS and U.S. Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Community sites worldwide via short term visits and electronic means in the Washington DC area, Hampton VA, and U.S. Intelligence Community sites worldwide including Iraq, Afghanistan, Kuwait, Korea, UK, Canada, Qatar, Germany and Japan and other hazardous and non-hazardous locations. On-site support is currently required in Germany, Colorado Springs, CO, San Antonio TX, the Washington DC area (MD, VA, and DC), Boston MA, and AFRL Rome Research Site to provide analysis, design, development, integration, testing, and evaluation of DODIIS Information Technology (IT) and to U.S. C4ISR Community systems and activities. Foreign participation is excluded at the prime contractor level, unless authorized through a current approved National Interest Determination (NID). All information generated or maintained under this effort is export controlled. 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. For further information on CCAL, contact the Defense Logistics 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. Under the current contract, the work requires a SECRET facility clearance and approximately 100 personnel with TOP SECRET / SCI security clearances. Based on current estimates, approximately 6-9 personnel with Top Secret SCI clearances will be required for performance at time of award. An additional estimated twenty (20) cleared personnel are estimated within the first thirty (30) days of award, and another additional twenty-three (23) cleared personnel within forty-five (45) days of award in the Rome NY and the Washington DC/Langley VA area. 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, 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 by whomever will be reviewing the library. Address the request to: ATTN: Donna Toole, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, via fax to 315-330-3972, or email Donna.Toole@rl.af.mil. Responses to this sources sought are requested from small businesses and will be used for market research purposes and set-aside decision. 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 average annual receipts of $25.0M. As discussed in FAR 19.502-2(b)(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 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, responses should provide a statement of capabilities and information demonstrating management and technical experience necessary to successfully compete for this award. Please reference question number with each response. 1. Respondents must demonstrate knowledge and expertise in the operations, maintenance, and security aspects of the Intelligence community and its interaction with the operational mission in developing capabilities. 2. Respondents must reference the solicitation number, and contain the respondent's company name, company mailing address, point of contact, telephone number, FAX number, e-mail address, Commercial and Government Entity (CAGE) code, and Size of your Organization (i.e. Large Business, Small Business). 3. Respondents to this announcement should indicate whether they are a small business (Native Indian, 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). 4. Provide a limited discussion of the offerer's ability to offer experienced and certified technical and management personnel capable of supporting the integration efforts of Intelligence System Certification and Accreditation and Intelligence mission application integration. 5. 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. 6. How many people does your company employ? 7. Will you need to hire additional personnel to perform this effort? 8. Is your company's cost accounting system approved by DCAA or DCMA? If not, how would your company financially administer a cost-reimbursement type contract? 9. Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? 10. Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? 11. Is your company a foreign-owned/foreign-controlled firm and do you contemplate the use of foreign national employees on this effort? 12. How many TS/SCI cleared personnel are currently available, and explain how your company will fill the TS SCI positions. All qualification packages must be addressed to the attention of Janis Norelli, Small Business Specialist, AFRL/RIB, at e-mail: Janis.Norelli@rl.af.mil, (address referenced at the beginning of this notice), and must be received by 3:00 P.M., EST, on 11 MAR 2011. 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, Lori L. Anguilli, (315) 330-1955, Lori.Anguilli@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 following AFRL Ombudsman: 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 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 Contract Specialist. The draft Request for Proposal is expected to be posted for review and comment by potential offerors by the third (3rd) quarter of the Government fiscal year 2011. The solicitation is expected to be released within the third (3rd) quarter of the Government fiscal year 2011. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. 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, Donna Toole, 315-330-3972, or e-mail Donna.Toole@rl.af.mil. Contractual questions should be directed to the Contract Specialist, John McCanney, 315-330-1403, or e-mail John.McCanney@rl.af.mil. Large businesses are also encouraged to submit e-mails of intent to John.McCanney@rl.af.mil should this effort not be selected as a small business set-aside. 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 "E11396_SEESAW6", 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 a Solicitation Number to be determined at a later date. All prospective offerors are instructed to continue to routinely monitor and register under Solicitation Number E11396_SEESAW6. At the time of the posting of the Pre-solicitation Notice, this Sources Sought Notice will be modified to identify the Pre-Solicitation number. Contracting Office Address: AFRL/Information Directorate 26 Electronic Parkway Rome, New York 13441-4514 Primary Point of Contact.: John McCanney Contract Specialist John.McCanney@rl.af.mil Phone: 315/330-1403 Fax: 315/330-8216
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/E11396_SEESAW6/listing.html)
 
Record
SN02376379-W 20110211/110209234348-63ac7eb5e2a393771715f1810366d83a (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.