Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2011 FBO #3611
SOURCES SOUGHT

R -- AUTOMATED VIRTUAL INFORMATION PRODUCTION SUPPORT SYSTEM (AVIPSS) IV

Notice Date
10/12/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
E21269_AVIPSS_IV
 
Point of Contact
Joseph Facciolo, Phone: (315) 330-4981
 
E-Mail Address
Joseph.Facciolo@rl.af.mil
(Joseph.Facciolo@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Automated Virtual Information Production Support System (AVIPSS) IV Contracting Office: Department of the Air Force, Air Force Material Command (AFMC), Air Force Research Laboratory (AFRL), Rome Research Site (RRS), Information Directorate. Small Business Specialist Address: AFRL/RIB, 26 Electronic Parkway, Rome, NY 13441-4514. Point of Contact: Janis Norelli, Small Business Specialist, Phone (315) 330-3311, facsimile (315) 330-2784, Janis.Norelli@rl.af.mil. AFRL has a requirement focusing on enabling the Air Force mission to perform Operations and Maintenance (O&M) and Research and Development (R&D) under an AFRL, Rome Research Site, RIE Division, Rome, NY contract. Capable sources are sought to build on and extend the Automated Virtual Information Production Support System (AVIPSS) automated threat information production system of the National Air and Space Intelligence Center (NASIC), Wright-Patterson AFB, OH. This effort: 1) Performs operations and maintenance, research and development, and intelligence production support to operate, maintain, modernize, extend the capabilities of, and utilize the NASIC AVIPSS. AVIPSS is designed to meet NASIC mission requirements. The effort is a part of a research and development, enhancement and sustainment program to deliver services and capabilities required to satisfy the demands of a continually changing production mission at NASIC in response to ever-evolving threats in an equally dynamic technological environment. 2) Provides the information technology solution to achieve NASIC corporate objectives for pre-positioning its analytical knowledge and enabling customers and intelligence analysts to build current, accurate and robust intelligence products. The effort will include the: research and development of parametric information models; design of physical and logical database structures; development of capabilities to interactively maintain data within the databases; implementation of the capabilities necessary to derive tailored specialized products from the textual and parametric databases and multimedia object repositories; design of high level constructs that dynamically incorporate database information into knowledge-oriented objects; and the development, implementation and maintenance of customer friendly software applications/tools and interfaces; as specified in each task order's Work Description. The AVIPSS consists of the Systematic Architecture for Virtual Analytic Net-Centric Threat Intelligence (SAVANT TM ) system, the Next Generation Electronic Warfare Integrated Reprogramming (EWIR) System (NGES), the Foreign Media Collaboration Framework (FMCF) and its extensions and additional architecture and legacy infrastructure, analysis and information systems. Major components of the SAVANT TM are the: Knowledge Pre-positioning System (KPS); Virtual Production System (VPS); Virtual Intelligence Product Retrieval Environment (VIPRE); the NASIC Metadata Repository (NMR); and the Joint Analytic Data Editor (JADE). Support shall be provided for the systems including (but not limited to): Ballistic Missile Information System (BMIS); Digital Library Input Processing System (DLIPS); Foreign Military Laser Database (FMLD); Integrated Air Defense Systems (IADS) Portal; Tactics and Training, Track Military Entities (TrackME); Data Tracker; Production Operations Management Information Systems (PROMIS); GlobalEdge; Military Equipment Parametric Engineering Database (MEPED); Dynamic Information Operations Decision Environment (DIODE); Space mission area products; and SharePoint Open Source Portal. 3) The design and implementation of software enhancements and maintenance of databases and applications that are used in the management of NASIC intelligence production, computer, personnel, physical and operations security, civilian and military personnel, training, all-source collections requirements and other technical tasks that keep NASIC systems functioning will also be supported as specified in each task order's Work Description. Further, this effort will support the research and development, enhancement, implementation and maintenance of national level systems for the input, translation, and retrieval of all-source information and for the continued design, development, implementation, and deployment of a DODIIS-wide information notification system as specified in each task order's Work Description. Anticipated activities and deliverables include: operations, maintenance and system administration services; computer software; software documentation; software engineering analyses; and research and development. This procurement is a Performance-Based Services Acquisition (PBSA) utilizing an Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract. AFRL anticipates the utilization of both Firm Fixed Price (FFP) - Completion and Cost Plus Fixed Fee (CPFF) - Completion type Task Orders with an ordering period of 30 months. The maximum contemplated ordering amount is anticipated to be approximately $49,900,000. Foreign participation is excluded at the prime contractor level. 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 the sole 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 Program Manager, Contracting Office, or Air Force Foreign Disclosure Office. The work requires a TOP SECRET facility clearance, a SECRET level safeguarding capability and approximately forty (40) personnel with Top Secret / Sensitive Compartmented Information (TS/SCI) security clearances for performance at time of award. An additional estimated minimal thirty (30) cleared personnel are required within the first ninety (90) days of award, with a total of ninety (90) (number dependent upon contractor organization and assignment of work) cleared personnel required within 120 days of award in the Dayton OH 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 export-controlled information. Appointments for access may be made by submitting a request to the AFRL Program Manager, Mr. James Sieffert, at least two (2) business days in advance. In addition, a CD disk is available containing the read library. Prior to access being granted, or for the CD disk to be mailed, potential offerors must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement", which certifies the respondent is on the Certified Contractor Access List (CCAL), 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: to Attn: James Sieffert, Air Force Research Laboratory/RIEBD, 525 Brooks Road, Rome, New York 13441-4505, or facsimile to his attention at 315-330-3913. 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 541512 and the size standard for small business is average annual receipts of $25.0M. As discussed in FAR 19.502-2(b), 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, for R&D work, 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, performance, and schedules. The same considerations would apply to any Historically Black College or University (HBCU) / Minority Institution (MI) set-aside. Therefore, responses 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. Please reference question number with each response. 1. To be considered capable, respondents must describe: a) experience with and knowledge of intelligence analysis and production systems; b) an approach for maintaining an operational system baseline while developing and delivering new releases of the system; c) an ability to maintain and modify intelligence databases; d) experience in migrating data between databases; e) information modeling, knowledge acquisition, storage and retrieval; f) the ability to offer experienced and qualified technical and management personnel capable of executing the various tasks required to accomplish the objectives of this program. 2. Respondents must reference the solicitation number (E21269_AVIPSS_IV), and contain the respondent's company name, company mailing address, point of contact, telephone number, facsimile number, e-mail address, and Commercial and Government Entity (CAGE) code. 3. Respondents to this announcement should state whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or HBCU or MI (as defined by the clause at DFARS 252.226-7000). 4. Provide a completed and approved DD Form 2345 which certifies the offeror is on the CCAL or the offeror is seeking application to CCAL. 5. How many people does your company employ? 6. How many existing staff do you have available for this effort and how many additional full time equivalent personnel might you hire to perform this effort? 7. Is your company's cost accounting system approved by the Defense Contract Audit Agency (DCAA) or Defense Contract Management Agency (DCMA)? If not, how would your company financially administer a cost-reimbursement type contract? 8. Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? 9. Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor if a small business set-aside? If full and open competition? 10. Is your company a foreign-owned/foreign-controlled firm and do you contemplate the use of foreign national employees on this effort? 11. How many TS/SCI cleared personnel are currently available, and explain how your company will fill the TS/SCI positions. 12. Provide information on at least 3 contracts for similar work within the past 5 years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. 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 28 Oct 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, Scott Podkowka, (315) 330-4716, Scott.Podkowka@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: Barbara Gehrs, Building 15, RM 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 facsimile: 937-255-5036 COM: 937-225-4407. 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. A Draft Request for Proposal (DRFP) is expected to be posted for review and comment at a later date. The entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http://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, James Sieffert, 315-330-2344 or email James.Sieffert@rl.af.mil. Contractual questions should be directed to the Contract Specialist, Joseph Facciolo, 315-330-4981, or e-mail Joseph.Facciolo@rl.af.mil. Large businesses are also encouraged to submit emails of intent to Joseph.Facciolo@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 "E21269_AVIPSS_IV", which will contain only the Sources Sought Notice and all modification thereto. The Pre-Solicitation Notice, DRFP, if applicable, Request of 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 E21269_AVIPSS_IV. 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/RIKE 26 Electronic Parkway Rome, New York 13441-4514 Primary Point of Contact: Joseph Facciolo, Contract Specialist Joseph.Facciolo@rl.af.mil Phone: 315/330-4981 Facsimile: 315/330-7269
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/E21269_AVIPSS_IV/listing.html)
 
Record
SN02606211-W 20111014/111012234704-1f758f83f9000890f9123d252c71f840 (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.