Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOURCES SOUGHT

D -- Joint Command and Control (C2) Architecture Support

Notice Date
1/12/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
JC2RFI
 
Point of Contact
Deborah L MurphyJohnson, Phone: 301-225-4068, Edward Shannon Frank, Phone: 301-225-4121
 
E-Mail Address
Deborah.MJohnson@disa.mil, Edward.frank@disa.mil
(Deborah.MJohnson@disa.mil, Edward.frank@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Purpose: The purpose of this Request for Information( RFI) is to conduct market research which will be used to formulated an acquisition strategy to procure system engineering support associated with the Joint C2 Objective Architecture. Description: The Defense Information Systems Agency (DISA),Program Executive Office Command and Control Capabilities (PEO-C2C), in coordination with DISA's Defense Information Technology Contracting Organization (DITCO), is conducting market research to identify private sector sources (industry), that can provide operational support for (PEO-C2C) program management office, Fort Meade, MD. The scope of this task is to support the systems engineering activities associated with the Joint C2 Objective Architecture. This effort will support the Office of the Technical Director, within the Program Executive Office for Command and Control Capabilities (PEO-C2C) during the period of performance. This task order provides systems engineering support focused on the Joint C2 Family of Systems (FoS) transition and compliance with the Joint C2 Objective Architecture. This is a level of effort type task order. 1.1 BACKGROUND The Joint C2 will be a federated set of C2 programs that will form a joint system that allows seamless integration of information for the Chairman, Joint Chiefs of Staff (CJCS), the Combatant Commanders (COCOMs), and the Military Services providing joint and multinational operations into the 21st century. The system supports the President, Vice President, Secretary of Defense, CJCS, COCOMs, and Services by providing synchronized operations from dispersed locations and provides joint Command, Control, Communications, Computers, and Intelligence (C4I) to support the entire force projection cycle. It provides responsive command and control, the capability to assess the level of success, and retain flexibility to re-engage with precision by allowing the Joint Task Force (JTF) commander the ability to maintain dominant battlefield awareness through a fused, integrated, near real-time picture of the battle space. 2.0 APPLICABLE DOCUMENTS •· Joint Command and Control (Joint C2) Objective Architecture: Framework, v2.1 •· Joint Command and Control (Joint C2) Objective Architecture: Software View, v2.1 •· Joint Command and Control (Joint C2) Objective Architecture: Physical View, v2.1 •· Joint Command and Control (Joint C2) Objective Architecture: Data View, v2.1 •· Joint Command and Control (Joint C2) Objective Architecture: Information Assurance View, v2.1 •· Joint Command and Control (C2) Standards Profile, v2.1, •· Joint Command and Control (Joint C2) Objective Architecture: Migration Patterns, v2.0 •· Joint Command and Control (Joint C2) Architecture Driven Requirements, v2.1 •· Joint Command and Control (C2) Architecture Compliance Guidance, v1.0 •3.0 TECHNICAL REQUIREMENTS 3.1 Task Management. The contractor shall perform task management activities to include project planning, scheduling, and facilitating meetings. The contractor shall provide monthly status reports to include cost, schedule, and performance metrics as well as Earned Value Management (EVM) data. The contractor shall provide support needed for meetings in support of task activities such as scheduling, meeting minutes, action items, and setting up conference lines. The contractor shall support meeting attendance at conferences, and working groups as needed to include: Joint C2 Build Conferences, Joint C2 Architecture Core Team (ACT), and other relevant meetings with both internal and external organizations. The contractor shall provide audio teleconference capability to support weekly Technical Director Staff meetings and weekly Architecture Core Team meetings 3.2 Systems Engineering Support. The contractor shall provide systems engineering support for the GCCS FoS compliance with and transition toward the Joint C2 Objective Architecture. 3.2.1 Joint C2 Standards Supports. The contractor shall provide technical support for enhancements to the Joint C2 Architecture Standards Profile in accordance with the Department of Defense (DoD) Information Technology Standards Registry (DISR). The contractor shall identify those mandated, emerging, and critical standards in order to facilitate interoperability across Joint C2 capabilities. The contractor shall support meeting attendance and provide technical standards support to the Joint C2 Architecture Core Team (ACT). Activities accomplished in support of this task shall be reported in the MSR. 3.2.2 Joint C2 Architecture Compliance Assessment Support. The contractor shall lead and provide engineering support for Joint C2 architecture compliance assessments. For approved Joint C2 capability initiatives, the contractor shall assess compliance with the Joint C2 objective architecture, standards profile, and Architecture-Driven Requirements (ADR), in accordance with the Joint C2 Architecture Compliance Guidance document. The contractor shall attend Joint C2 Build Conference(s) and Joint C2 program preliminary and critical design reviews. The contractor shall review technical design documentation and program artifacts such as architecture self assessments, Department of Defense Architecture Framework (DoDAF) views, and test reports. The contractor shall prepare technical report(s) documenting analyses, findings and recommendations for each Joint C2 capability initiative. Assessment reports shall highlight the impact of non-compliance or failure to meet the recommended Architecture Compliance Guidance on the C2 community. It is estimated the contractor shall conduct compliance assessments for 4-6 initiatives (as required by the Government). Compliance assessment activities shall be closely coordinated with the activities supported in subtask 3.2.3, Joint C2 Transition Architecture. Activities accomplished in support of this task shall be reported in the MSR. 3.2.3 Joint C2 Transition Architecture. The contractor shall develop an annual Joint C2 Transition Architecture based on fiscal year initiatives. The contractor shall provide engineering support to capture evolving baseline information for the GCCS FoS in order to document the migration of these systems to elements of the objective Joint C2 Architecture. The contractor shall review current and proposed architectures and design materials to provide technical recommendations for Joint C2 proposed initiatives. The contractor shall participate in Joint C2 build conferences and the material developer's design reviews (PDR/CDRs). The contractor shall maintain, update, and refine the migration architecture baseline using selected DODAF 2.0 views and associated Data Management (DM2) elements, including high-level services views (e.g., SvcV-1) for each approved initiative / modernization effort. The contractor shall consolidate material developer architecture self assessment data and provide supplemental architecture products to include an Architecture Compliance Self Assessment Matrix and a Services Publish/Subscribe Matrix. The contractor shall update the Joint C2 transition Architecture based on additional fiscal year 2012 initiatives. Activities accomplished in support of this task shall be reported in the MSR. 3.2.4 Joint C2 Architecture Compliance Guidance. The contractor shall provide engineering support for the update and refinement of the Joint C2 Architecture Compliance Guidance based on updates to the Joint C2 objective architecture. Updates to compliance validation methods, priorities, and implementation schedules shall be derived from practical lessons learned and feedback from Joint C2 initiatives. The contractor shall review and provide recommended updates to supplemental architecture products (i.e. Architecture Compliance Self Assessment Checklist) as required by the Government. Activities accomplished in support of this task shall be reported in the MSR. 3.3 Technical Investigations. The contractor shall perform Joint C2 Architecture related technical reviews and coordination to facilitate synchronization and information exchange between PEO-C2C, DoD working groups, and other DISA activities (i.e. CTO, GES). The contractor shall provide support through the review and coordination of technologies, development, integration activities, and schedules per Government direction. Activities accomplished in support of this task shall be reported in the Monthly Status Report. 4.0 GOVERNMENT FURNISHED PROPERTY None. 5.0 TRAVEL From To No. of Days No. of Personnel No. of Trips Washington, DC Norfolk, VA 4 1 10 Washington, DC San Diego, CA 5 3 3 6.0 OTHER 6.1 Security. Personnel assigned to this task shall be cleared to the SECRET level. 6.2 Operations Security. All work is to be performed in accordance with DoD and Navy Operations Security (OPSEC) requirements and in accordance with the OPSEC attachment to the DD254. 6.3 Place of Performance. The place of performance is the Defense Information Systems Agency (DISA) located in Fort Meade, Maryland, as well as various other contractor and Government agencies in the area. The contractor shall have a facility located within 25 miles of DISA. The contractor shall be required to make frequent trips to the DISA facility located at 6914 Cooper Avenue, Fort Meade, Maryland to participate in meetings and working groups. 6.4 Inspection and Acceptance. TBD, DISA, Code CCTD,. 7.0 PERFORMANCE CRITERIA 7.1 Performance Requirement. The contractor shall provide services and deliverables in accordance with this Statement of Work (SOW) and in accordance with the following task order Contract Data Requirements List (CDRL) items: A001 Contractor's Progress, Status and Management Report (Monthly Status Report); A003 Management Plan (Task Order Management Plan); A018AA Revision to Existing Government Document (Joint C2 Standards Profile); A018AB Revision to Existing Government Document (Joint C2 Architecture Compliance/Implementation Guidance Document); A019AA Technical Report - Study/Services (Join C2 Capability Initiatives); A019AB Technical Report - Study/Services (Joint C2 Transition Architecture; A019AC Technical Report - Study/Services (Joint C2 Architecture Compliance Process); A019AD Technical Report - Study/Services (Technical Investigations). 7.2 Performance Standard. The contractor's performance shall meet all of the requirements of this SOW and comply with all applicable guidance, directives, and standards. The contractor shall deliver all task order data items in accordance with the authorities, content, format, media, marking, applications, quantities, frequency and submission date, delivery method, addressee, and DD250 requirements specified in the CDRL for each data item. 7.3 Acceptable Quality Level. The effectiveness of the contractor's deliverables and services will be measured for 100% compliance with all SOW and CDRL requirements. The Contracting Officer's Representative and Government Project Manager will evaluate (1) the quality of services and deliverables in terms of the contractor's compliance with the performance standard, (2) the contractors' timeliness with respect to task order, milestones, and delivery schedules, (3) the contractor's cost control in terms of effectiveness in forecasting, managing, and controlling cost, and (4) the contractor's business relations in terms of timeliness, completeness, quality of problem identification and corrective action, and reasonable and cooperative behavior. 7.4 Method of Surveillance. The Government will monitor and assess the contractor's performance against the Acceptable Quality Level in accordance with this task order's Quality Assurance Surveillance Plan (QASP). 7.5 Incentive. Failure to meet acceptable quality levels may result in an unsatisfactory past performance report by the Government. The following CRDL items will be required: •· A001 - Contractor's Progress, Status and Management Report (Monthly Status Report [MSR]). Create reports using MS Office applications. Due Monthly NLT 7 Days after Report Period (DARP). •· A003 - Management Plan (Task Order Management Plan). Due NLT 30 days after award. •· A018AA - Revision to Existing Government Document (Joint C2 Standards Profile). Due AS REQ in accordance with SOW para 3.2.1. •· A018AB - Revision to Existing Government Document (Joint C2 Architecture Compliance/Implementation Guidance Document). Due AS REQ in accordance with SOW para 3.2.4. •· A019 AA - Technical Report - Study/Services (Joint C2 Capability Initiatives). Due AS REQ in accordance with SOW para 3.2.2. •· A019 AB - Technical Report - Study/Services (Joint C2 Transition Architecture). Due AS REQ in accordance with SOW para 3.2.3. •· A019 AD - Technical Report - Study/Services (Technical Investigations). Due AS REQ in accordance with SOW para 3.3. Sources may learn more about the Agency and its mission at http://www.disa.mil. Requested Information : DISA is requesting white papers that include (1) a cover page identifying the company or party CAGE code ( if a CAGE is applicable), street address, proposed NAICS code and size standard, and the names and telephone numbers of the point of contact for the company or party ( in the case of a partnership, please provide the appropriate CAGE code and POC information for the lead company), (2) a summary statement of the company's or party's experience/capabilities, and (3) a discussion of related company or party's experience in thee areas describe above. The white paper should be prepared in Microsoft Word Format (version 2003 or 2007) and is limited to fifteen (15) pages. Submission are required no later than 12:00 pm EST, 27 January 2012 by e-mail response to : Deborah MurphyJohnson at deborah.mjohnson@disa.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/JC2RFI/listing.html)
 
Place of Performance
Address: 6914 Cooper Avenue, Fort Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02653553-W 20120114/120112234419-10d6d94a9a94ed522690a43dfaa80afd (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.