Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

R -- Electromagnetic Opposing Force (EM OPFOR)

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-12-R-0016
 
Point of Contact
Cynthia Waller, , Sharon Boren,
 
E-Mail Address
cynthia.waller@offutt.af.mil, sharon.boren@offutt.af.mil
(cynthia.waller@offutt.af.mil, sharon.boren@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
2 Apr 12: This will be a follow-on contract to Red Cell Team, GSA contract GS-10F-0095T, awarded on task order FA7037-08-F-0054, 30 Jul 2008 to MacAulay Brown, Inc., by AF ISR Agency/A7KA, 102 Hall Blvd Ste 258, San Antonio, TX 78243-7030. 2 Apr 12: "(see enclosure 1 for equipment list)" is deleted. Equipment list will be posted with solicitation. 30 Mar 12: Sources Sought A. INTRODUCTION 1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for the Electromagnetic Opposing Force acquisition currently titled EM OPFOR. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks to identify potential sources to provide Electromagnetic Spectrum (EMS) expertise and Electromagnetic Spectrum Opposing Force (EM OPFOR) engineering services to the USSTRATCOM Joint Electronic Warfare Center (JEWC) EM OPFOR mission located at Lackland AFB, TX. The mission of the EM OPFOR is to replicate a coherent, realistic EM environment (EME) capable of mirroring adversary and civilian infrastructure in order to train and enhance EM capabilities, processes, and TTP proficiency across the Department of Defense (DOD) and USG, and produce comprehensive after-action reports (AAR) from the findings of these activities/assessments. United States (US) forces must train in a realistic environment as mandated by the Chairman of the Joint Chiefs CJCSI 3500-series joint instructions. The EM OPFOR allows US forces to do that by providing an EME that is representative of what the warfighter will see when deployed (i.e. congested and contested EMS). The EM OPFOR is the dynamic and technically advanced adversary in exercise scenarios (i.e. the “bad guys”). The EM OPFOR deploys to austere locations (training ranges, test facilities, etc.) and creates realistic EME where before there was nothing; thus allowing full spectrum, joint, live-virtual-constructive EM activities to take place. The EM OPFOR deploys and operates current/emergent wireless communications and network technologies to include but not limited to VHF/UHF radios, satellite communications, cellular communications (e.g. GSM, CDMA, EVDO, HSDPA, etc.), wireless communications and devices (e.g. WiFi, WiMAX, cameras, survey tools). They design, implement and operate adversary command, control, communications and computer (C4) architectures in support of customer requirements. EM OPFOR also operates Electronic Warfare Support (ES)/Electronic Attack (EA)/Radio Frequency Direction Finding (RFDF) equipment in order to prosecute US forces and assess potential US vulnerabilities. Moreover, the EM OPFOR is involved in most aspects of the joint exercise life cycle (JELC) specifically: exercise scenario development, scripting, execution oversight, scenario injects and debrief. 4. The North American Industrial Classification Systems (NAICS) code is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons), which has a small business size standard of $35.5M. B. CAPABILITY PACKAGE AND EVALUATION: The Government will identify competitive firms by evaluating the capabilities packages using the following evaluation criteria. Potential offerors should be specific in referring to capabilities in the technical areas stated below. The following is considered mandatory in meeting the requirements of the EM OPFOR contract: The company/teaming arrangement must posses the knowledge and ability to: 1. Target set infrastructure development and deployment, electronic monitoring, RFDF signal intercepts, intrusion and vulnerability assessment support 2. OPFOR C4 architectures scalable to meet customer requirements in support of exercises and real world operations and determine, develop, and replicate credible hostile electronic warfare support (ES) activities utilizing COTS/GOTS equipment. 3. Research on threat systems and capabilities. Review and analyze all source intelligence data up to and including TS/SCI and other government furnished access classified to ensure accurate threat representation in all projects. 4. Conduct studies of systems and methodologies employed during a customer’s operations to identify common/critical vulnerabilities. 5. Develop an implementation plan based on vulnerability studies, C4 target sets and friendly force exploitation plan (as required) based on research of associated systems. a. Assess the RF vulnerability aspect through the use of adversarial intelligence gathering techniques. b. Determine, develop, and replicate credible hostile ES/EA threat utilizing COTS/GOTS equipment. c. Research, assess, develop, and replicate a credible C4 threat utilizing all available means. Mirror disposition, organization and current/future capabilities of potential and/or actual adversaries and describe in the target set and exploitation plan. 6. In-the-field repair and maintenance of equipment and other field operation facilities as required for supporting projects. 7. Participate in data reduction and analysis following project execution, to include such activities as: a. Provide data collection results (from various means) including ground truth, exploitable signals, methodology, and key events, to project analytical organization in a written report. b. Provide verbal or written feedback (as required), regarding analysis of EW issues, which arise during project execution. c. Participate in lessons learned data collection and analysis following project execution. Results shall be incorporated into the Joint Lessons Learned Information System (JLLIS) or similar database and shared with USSTRATCOM. d. Provide a technical report documenting methods of employing emergent technologies used during operations or exercises in the form of tactics, techniques, and procedures (TTP) used to identify gaps in current TTPs or capability shortfalls. 8. Develop training material (primarily Power Point presentations) for quarterly, short training courses to approximately fifteen (15) students on wireless and emerging technologies describing the technology, how an adversary potentially can use the technology, and how it applies to DOD/USG. 9. Ability to support deployments to hazardous areas. 10. Provide personnel with a TOP SECRET and/or Sensitive Compartmented Information (SCI/NC2/SAP/SAR) clearance. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing all of the mandatory evaluation criteria within their teaming arrangements are invited to respond. For the EM OPFOR requirement to be restricted to small business competition as a small business set-aside, market research and the results from the capability packages must show there is viable competition among two or more small businesses able to demonstrate the ability to provide all the above EM OPFOR tasks mandatory criteria within their teaming arrangements. The Prime small business must be able to provide at least 50% of the services to be considered small business. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically as described below. a. Capability packages shall include one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe PDF format and should not exceed 5 MB on one e-mail. All packages should contain UNCLASSIFIED material only. b. Packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. c. Capability package responses shall be sent via e-mail to Cynthia.Waller@offutt.af.mil. 2. Respondents must include the following information within their statement of capability packages: a. Company Information: The a) company’s name, b)address, c)a point of contact with e-mail address and telephone number, d) Federal Cage Code, e)Data Universal Numbering System (DUNS), f) business size, and g) security clearance level. h) The company must be registered in ORCA. To register, go to http://orca.bpn.gov. b. Respondents are to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. c. Small Business: Small business respondents to this announcement should indicate whether the respondent is 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 historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). Small business respondents must identify the work accomplished by each team partner. 3. Performance Based Service Acquisition (PBSA) requirements IAW Air Force Instruction (AFI) 63-124, dated 10 Aug 05 or later, apply. 4. Period of Performance: It is anticipated that the contract period will be a base period of one year (1 Aug 13 through 31 Jul 14) and four one-year option periods. 5. Security: All contractor personnel shall be a United States citizen and possess/be eligible for a TOP SECRET security clearance. Some contractor individuals may require access at a higher level to include Sensitive Compartmented Information SCI/NC2/SAP/SAR. Final security requirements will be documented in the DD Form 254. 6. The contract is anticipated to be a awarded as a Firm-Fixed Price and Firm-Fixed Level of Effort type contract. 7. All capability packages must be received no later than 4:00 pm Central Time on 30 April 2012. D. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a commercial solicitation per FAR Part 12, and should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. Questions on this synopsis shall be submitted via email only to the contract specialist or contracting officer. Discussions will not be conducted telephonically. CONTACT: Ms. Cynthia Waller, Contract Specialist, at Cynthia.Waller@offutt.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-12-R-0016/listing.html)
 
Place of Performance
Address: USSTRATCOM/Joint Electronic Warfare Center (JEWC) Red Team Support, Lackland AFB, TX 78243, Lackland AFB, Texas, 78243, United States
Zip Code: 78243
 
Record
SN02711706-W 20120404/120402235219-9ea14c3b63c4505dd77cad0753f9066d (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.