Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOURCES SOUGHT

D -- AFNet Cyber Command and Control (C2)

Notice Date
1/10/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731
 
ZIP Code
01731
 
Solicitation Number
HSJG-2012-001
 
Archive Date
2/24/2012
 
Point of Contact
Richard Bremer, Phone: 2109256748, Graciela Fernandez, Phone: 2109251941
 
E-Mail Address
richard.bremer@us.af.mil, graciela.fernandez@us.af.mil
(richard.bremer@us.af.mil, graciela.fernandez@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation but rather a request for sources for Market Research purposes only and is not to be construed as a commitment by the Government to issue a request for proposal or award a contract as a result of this request. Requests for a solicitation will not receive a response. Leveraging the knowledge learned in the past year from industry, cyber operations, and current efforts, the Cyber C2 Program Office, ESC, Hanscom AFB, MA is following up their September 2010 Market Research request by seeking updated, focused information from potential Offerors to design, develop, integrate, produce, and test, a leave-behind "Proof of Concept" system at the 624 Cyber Operations Center (624 OC) in San Antonio, TX. Please provide a rough order cost estimate with your response. The objective is to develop and deliver a Commercial Off-the-Shelf (COTS) based Service Oriented Architecture (SOA) Integration Framework in minimal time (less than 8 months) that provides an open-standards, common infrastructure to allow rapid integration of third-party developed C2 applications, User Defined Operational Picture (UDOP) graphical interfaces, and Situational Awareness (SA) tools. The system should provide the ability to ingest, aggregate, and store network data feeds from both NIPRNet and SIPRNet while sharing data with local applications. The system should also provide virtualization and security technology to minimize cyber attack surfaces and provide the capability to "fight through a cyber-attack". The system is intended to have an extended demonstration period and be capable of being maintained through organic support. Potential offerors should submit a capability package to the Government, not to exceed ten (10) one-sided 8.5 x 11 inch pages, 12 point font or larger, including supporting graphical illustrations to Capt Richard Bremer, 3133 General Hudnell Drive, Suite 200, San Antonio, TX 78226 or electronically to richard.bremer@us.af.mil NLT Wednesday, 9 February 2012, 4:00 P.M. CST. The 10-page limit does not include Title Page, Table of Contents, List of Figures, or List of Tables. The capability packages should indicate the source's intent to be a prime contractor. For the purpose of this request, the NAICs code is 541512, Computer Systems Design Services, size standard of 25 million. Potential offerors should also identify if they qualify as a large business, small business, small disadvantaged business, Section 8(a) small business, women-owned small business, Historically Underutilized Business Zones, veteran-owned small business or service-disabled veteran-owned small business and whether they are a U.S. or foreign-owned firm. Capability packages should address the source's qualifications with respect to the key Cyber C2 Program features discussed above and in the following sixteen (16) screening criteria: 1. Personnel, facilities and storage with SECRET and TOP SECRET clearances or ability to obtain said clearances. 2. Past experience and proven capability to work as a large scale integrator of third party provided solutions (Commercial Off-The-Shelf (COTS), Government Off-The-Shelf (GOTS) and Open Source software) and migrating those capabilities onto a services-oriented architecture (SOA) platform. Include IT data center integration experience and any experience with command, control, or equivalent systems integration. Include any demonstrated successes in reducing deployment timelines. 3. Demonstrated past experience implementing SOA processes and technologies, workflows, services (SOAP, REST, RSS, GeoRSS, etc), Service Level Agreements (SLAs), and SOA governance. 4. Past experience implementing security solutions in a SOA environment with Thin, Ultra-Thin, or Zero clients. 5. Past experience integrating Cross-Domain solutions (CDS) or utilizing Cross Domain Enterprise Services (CDES) and assisting with certification and accreditation of Cross Domain integrations. 6. Past experience working security engineering for IT based systems to include, vulnerability management, maintaining information assurance (IA) posture to include unique considerations for a SOA-based system/solution. Include any demonstrated success in reducing timelines from availability of a security patch release to operational deployment. Include any experience with DoD Information Assurance Certification and Accreditation Process (DIACAP) process. 7. Past experience developing a robust enterprise data strategy to include data fusion, data transformation and harmonization of disparate data types. Include any experience implementing DOD net-centric data strategy principles. 8. Experience working with the Distributed Common Ground System (DCGS) Integration Baseline (DIB) or knowledge of DIB standards. 9. Experience with system-internal protected enclaves allowing new un-accredited applications to be tested in the active system with access to live data without requiring an entire system re-accreditation (Platform IT compliant). Experience with an Air Force accreditor is preferred. 10. Experience in developing detailed architectures for large systems. Include any experience with, or knowledge of DoD architecture, activities and standards. 11. Past experience and capability to sustain C2 systems in multiple security enclaves (NIPRNet, SIPRNet, Coalition, JWICS or equivalent commercial networks). Include relevant experience with management of technical orders, supply chain management, help desk support, maintenance data collection, and continuous logistics sustainment. 12. Past experience in performing site planning activities and deploying/fielding C2systems to worldwide locations in multiple security enclaves (e.g. NIPRNet, SIPRNet, JWICS or equivalent commercial networks). Include any demonstrated success in reducing deployment timelines without increasing costs or incurring increased operational downtime. 13. Past experience and a practical working knowledge of USAF networks, including CITS Block 30 (AFNET), and with the DISA Global Information Grid (GIG). 14. Experience in developing systems in accordance with the DISA Application Security and Development STIG. 15. Experience in supply chain protection to include: Surreptitious infiltration of supply chain processes by attackers; Insertion of undesirable items into the tangible supply chain; Channel diversion; Tampering with product at some point in the supply chain; Accessing a portion of the supply chain via software or electronic means; The insertion of malicious code into software files, and or firmware, allowing for later subversion of the system. 16. The ability to ingest the following data feeds and XML formats (detailed descriptions available in the reference library) and make available that information to multiple applications attached to the framework. Reference library documents are available upon request. See below for instructions concerning document requests. This synopsis is for planning purposes only and does not constitute a request for bid or proposals, nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not award a contract on the basis of this notice. The Government will not pay for any information provided in responses to this synopsis. Government POC for this effort is: Capt Richard Bremer Contracting Officer 3133 General Hudnell Drive, Suite 200 San Antonio, TX 78226 Comm: (210) 925-6748 Email: richard.bremer@us.af.mil Federal Business Opportunities will be the primary source of information for this acquisition. Interested parties should subscribe online at https://www.fbo.gov. Technical comments and questions may be directed to Lt Col Tom Harris at (781) 225-0886 or thomas.harris@hanscom.af.mil. Contracting questions shall be directed to Mrs. Graciela Fernandez, Contracting Specialist, at (210) 925-1941 or graciela.fernandez@us.af.mil. Document requests may be directed to Ms. Linda Lorimer at (210) 925-6739 or linda.lorimer.ctr@us.af.mil. Documents will be placed on optical disc for pickup at ESC/HSJG or mailed upon request. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this sources sought notice. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. The ESC Ombudsman can be contacted at: ESC Ombudsman, Bldg 1606, 9 Eglin Street, Hanscom AFB, MA 01731, Telephone (781) 377-5106, Facsimile (781) 377-4659, or E-Mail esc.ombudsman@hanscom.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/HSJG-2012-001/listing.html)
 
Place of Performance
Address: 3133 General Hudnell Drive, Suite 200, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN02651678-W 20120112/120110234309-4d72c9fad17fbb00d89ab26c77e02dce (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.