Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOURCES SOUGHT

A -- Information Processing for Data to Decision Making (IPDDM)

Notice Date
9/15/2011
 
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
E11B23_IPDDM
 
Point of Contact
Robert Scott, Phone: 315-330-4753
 
E-Mail Address
Robert.Scott@rl.af.mil
(Robert.Scott@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Information Processing for Data to Decision Making (IPDDM) Contracting Office Address Department of the Air Force, Air Force Material Command, Air Force Research Laboratory - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY 13441-4514 Description Department of the Air Force, Air Force Material Command, Air Force Research Laboratory - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4514. Point of Contact: Janis Norelli, Small Business Specialist, Phone (315) 330-3311, FAX (315) 330-2784. Capable sources are sought to satisfy the objective and requirements of the Information Processing for Data to Decision Making (IPDDM) Program. The program's objective is to support the missions and functional requirements of the 35th Intelligence Squadron (35IS) (AF ISR Agency/70th ISR Wing) and the Air Force Command and Control Integration Center (AFC2IC) through research, development, integration, implementation, enhancement, and sustainment of new and existing capabilities in the areas of data and information processing capabilities to improve data for decision making at all echelons across Air Force, Intelligence Community (IC), Joint, and Coalition air, space, and cyberspace components, systems, and architectures. Functional areas include: Intelligence; Network Analysis; integrated air, space and cyberspace Command and Control (integrated C2); airborne networking; C2 Information Warfare (C2IW); Command, Control, Communications Countermeasures (C3CM); Information Operations (IO); Cyber Network Operations (CNO); Information Warfare (IW); Electronic Warfare (EW); Command and Control, Communications and Computers Intelligence Surveillance and Reconnaissance (C4ISR); Network Centric Warfare (NCW); General Military Intelligence (GMI); Modernized Integrated Data Base (MIDB); Cyber Network Operations Database (CNODB); non-kinetic/kinetic targeting; strategy development; operational assessment; and standardization, integration and interoperability. Systems processing integration across Mission Partners' functional and mission areas in support of improved integrated operations and intelligence will be a major IPDDM activity and focus area. Mission Partners: The program's requirements will support AFC2IC and 35IS. AFC2IC leads requirements analysis, architecture analysis, data and infrastructure standardization and prototyping activities to improve integration of flexible strategic, operational and tactical level air, space and cyberspace C2 capabilities supporting the full range of military operations. Emphasis will be on the ACF2IC's Planning and Horizontal Integration Division (AFC2IC/C2P) as well as 35IS' Network Analysis & Integration flight (35IS/DOB) and Network Threat Analysis Flights (35IS/DON). The 35IS/DOB performs Network Analysis and Integration in support of Intelligence Preparation of the Environment (IPOE), Planning and Targeting. The 35IS/DON performs intelligence analysis of Cyber Network Threats. The AFRL Information Processing Branch's (AFRL/RIEB) core competencies, technical domain expertise and capabilities, and DoD Intelligence Information System (DODIIS) program technologies and capabilities will be leveraged and applied to satisfy Mission Partner requirements wherever appropriate. Anticipated deliverables include a variety of products as specified by the IPDDM Mission Partners. Examples include: final technical reports, exploratory models, CONOPS, technical and planning documentation and reports, experimental and operational computer software, databases and associated documentation, updates to existing Government documents. An Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Cost Plus Fixed Fee (CPFF) - Research and Development type contract is contemplated with an ordering period of forty-nine (49) months. The acquiring agency anticipates that approximately $49.6 million will be sufficient to cover orders for the duration of the ordering period. Performance under this effort will require the ability to support the full technology development and lifecycle process, from intelligence and operational requirements refinement, analysis of alternatives, prototyping, experimentation, and development, to successful transition to the operational environment for warfighter use. Systems processing integration across Partner missions and functional areas in support of integrated operations and intelligence will be a critical performance activity. Activities for maintaining and enhancing new capabilities will be required once they have successfully passed security and functional testing and transitioned to operations. Work may include all facets of data and information processing, including but not be limited to information: discovery; sources, flows, and destinations; manipulation or transformation; storage and access; databases; assurance; system, network and architecture modeling and simulation; analysis; visualization; dissemination; interoperability; and management. The successful approach will involve research, development, integration, implementation, and sustainment of data and information processing capabilities to: (1) improve data for decision making at all echelons across Mission Partners' air, space, and cyberspace components, systems, and architectures pertaining to the functional areas; (2) improve relevant technologies, software, systems, information operations, and data handling performance and capabilities; (3) advance the current functional and mission capabilities by leveraging these improvements; (4) be highly responsive to evolving and volatile operational and mission partner needs and operating environments; and (5) incorporate new versions of Commercial-Off-The-Shelf (COTS) and newly developed (Government-Off-The-Shelf (GOTS)) software wherever it makes sound technical, financial, and mission sense and is in the best interest of the government. Successful performance will require the respondent to: (1) participate in development, exercises and demonstrations, integration testing, and sustainment activities with various operating environments within the AF, Intel, Joint and Coalition communities. Examples include but are not limited to the: Air Force C2 Constellation Horizontal Integration Program; various experiments and demonstrations for the communities; enterprise integration of geographic Air Operations Centers with global strike, space and cyber functional C2 ops centers; DoDIIS, to include Global Command and Control System - 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), MIDB and the MIDB Enterprise, and CNODB; (2) respond quickly to mission partner and warfighter needs concerning the integration, training, initialization, sustainment, and management of delivered technologies, capabilities and supporting documentation. While meeting the needs of the IPDDM Mission Partners-at-large, Partner-specific capabilities must be provided and interoperability with legacy and evolving systems, data bases, architectures, standards and policies must be maintained wherever applicable; and (3) provide on-site general operation, maintenance and administration of the 35IS/DO CONSTANT WEB Program and Test Integration and Development Environment (TIDE) and AFC2IC Global Innovation & Integration Facility (GIIF). Successful respondents must demonstrate the ability to provide: (1) approximately 140 Top Secret/Sensitive Compartmented Information (TS/SCI) cleared personnel, including some with NATO and Higher Access; (2) capability to provide on-site support at certain mission partner locations, including government SCI Facilities (SCIFs); (3) an in-house SCIF to emulate evolving Partner sites and relevant mission systems to support development, testing, integration and sustainment; and (4) all facets of working with Export Controlled information and activities. Interested parties are advised that to perform this acquisition the successful respondent will be required to have at the time of award 100 personnel with TS/SCI clearances and within 60 days of contract award the contractor must have a total of 140 personnel with TS/SCI clearances. Responses to this sources sought are requested from small businesses and will be used for market research purposes and to determine the feasibility of a set-aside. Should the determination be made to solicit this effort as a small business set-aside, another notice will be posted reflecting such. Large businesses are also encouraged to submit e-mails to the Contract Specialist indicated below stating their intent to propose should this effort not be selected as a small business set-aside. 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 necessary to successfully compete for this award. The statement of capabilities must clearly demonstrate the respondent's depth and breadth of technical expertise across the entire scope of technical, functional and mission areas to be covered under the IPDDM Program and as are necessary to satisfy IPDDM Mission Partner requirements Respondents must clearly demonstrate their ability to solely: (1) mange the IPDDM Program and contract complexities and highly volatile Mission Partner operating environments; and(2) perform and implement at least 51% of the scope of technical work to be accomplished under the IPDDM Program as is necessary to satisfy IPDDM Mission Partner requirements. To be considered capable, interested parties must demonstrate excellent depth and breadth of both knowledge AND capabilities relating to the: (1) IPDDM technical, functional and mission areas and Mission Partners; (2) AF, Intel, Joint, Coalition, Integrated (air, space and cyberspace) C2, CNO and DoDIIS environments, and how these affect and interact with information processing and decision making abilities of the IPDDM Mission Partners, systems, applications, and tools; (3) evolving and volatile environments in which Mission Partner functions and missions are conducted; and (4) key program and software components of the Air Force C2 Constellation Horizontal Integration Program, community experiments and demonstrations, enterprise integration of geographic Air Operations Centers with global strike, space and cyber functional C2 ops centers, DoDIIS, the GCCS family of systems, MIDB and its Enterprise, and CNODB software, including their SOA architectures, operating systems, web services and hardware they reside on, and how all the internal pieces work together as well as their interaction with external architectures, systems, programs and components. Additionally, respondents must demonstrate proficient knowledge, expertise and capabilities in the following general areas: processes for performing general, systems and life cycle systems engineering and related disciplines; processes for performing systems, software, database and information processing, integration, prototyping and exercise and demonstration capabilities development, enhancement and sustainment; testing to include certification and accreditation; life cycle integration of technical and engineering processes and activities with program planning, management processes and activities, program execution and performance tracking; processes for, performing, managing, controlling, integrating and coordinating in-plant vs. on-site activities vs. travel/TDY; and capability to manage the complexities resulting from the technical scope, multiple subcontractors, multiple Partners' requirements, and evolving operating environment. Key areas: • General Management: Program Management, Contract and Subcontract Management; Financial and Cost Management, Configuration Management (CM); Quality Assurance (QA, Risk Management (RM) and Security Management (physical and personnel). • Technical, Management, and Processes Integration: How management processes and activities will be integrated with systems and life cycle engineering, development, and other technical processes and disciplines • Ability to rapidly adapt to changing Mission Partner requirements. • Subcontractor Management. • Life Cycle Management: Planning, executing, managing, progress and problem reporting, and controlling of all requirements throughout the program life cycle. • Collaboration: Fostering a collaborative team and mission partner environment with all parties: contractor, government, subcontractors etc. 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 DCMA? 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 (~100 - 140) and provide the SCIF needed to emulate systems and support development testing, integration and sustainment activities. What is your company's Certified Contractor Access List (CCAL) number? Foreign participation is excluded at the prime contractor level. All information generated or maintained under this effort is export controlled. Therefore, prospective respondents must provide a completed and approved DD Form 2345 which certifies the respondent is on the Certified Contractors Access List (CCAL) or that the respondent 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. A technical library relating to the subject area of this acquisition is available for review by potential respondents 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 business days in advance. Prior to access being granted, potential respondents 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: Paul Senecal, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, or via fax to 315-330-3913. 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 03 OCT 2011. 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, Paul Senecal at 315-330-3790, email: Paul.Senecal@rl.af.mil, the IPDDM Program Manager. Any contractual questions or questions concerning this Sources Sought Notice may be directed to the Contract Specialist, Robert Scott at 315-330-4753, Robert.Scott@rl.af.mil or the Contracting Officer, Brian Shepard at 315-330-1729, Brian.Shepard@rl.af.mil. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from respondents, potential respondents, 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, Brian Shepard at 315-330-1729, Brian.Shepard@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (AUG 2005) 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: Barbara G. Gehrs, 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. 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 "E11B23_IPDDM", 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 respondents are instructed to continue to routinely monitor and register under Solicitation Number E11B23_IPDDM. 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: Robert. Scott Contract Specialist Robert.Scott@rl.af.mil Phone: 315-330-4753 Fax: 315-330-8085
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/E11B23_IPDDM/listing.html)
 
Record
SN02578710-W 20110917/110916000413-6a24b1b0d22509f1a165ab9c6704d4aa (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.