Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOURCES SOUGHT

R -- DMOC - Infrastructure, Development, and Engineering (IDE)

Notice Date
7/24/2014
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9422-R-15-8001
 
Point of Contact
John Paul Duman, Phone: 5058466673, Tara S. Bond, Phone: 5058464547
 
E-Mail Address
john.duman@us.af.mil, Tara.Bond@us.af.mil
(john.duman@us.af.mil, Tara.Bond@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Distributed Missions Operations Center Infrastructure, Development, and Engineering (IDE) SOURCES SOUGHT SYNOPSIS # FA9422-R-15-8001 This is a SOURCES SOUGHT SYNOPSIS announcement. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS SYNOPSIS. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Description: The 705 Combat Training Squadron (CTS), Kirtland AFB, NM is seeking Statements of Capability (SOC) for its Infrastructure, Development, and Engineering (IDE) requirements in support of the Distributed Mission Operations Center (DMOC). Background: The mission of the 705 CTS is to "develop, integrate, and deliver a virtual Air, Space, and Cyber environment for Air Force, Joint, and Coalition combat training, test, and experimentation." This mission requires the 705 CTS to maintain a highly-qualified staff of government and contractor personnel with expertise in exercise design and execution, weapons systems integration and interoperability and Distributed Mission Operations (DMO) technology development. Since the Air Force inherited Modeling and Simulation (M&S) capabilities from the Identification Friend, Foe, or Neutral Joint Test and Evaluation (JT&E) in 1990, the mission and capabilities of the DMOC have undergone significant change. One of the major drivers in this change was the Chief of Staff of the Air Force (CSAF) endorsement of the DMOC vision in 2004. DMOC promotes the use of advanced M&S capabilities as a realistic means to connect Command, Control, Intelligence, Surveillance, and Reconnaissance (C2ISR) assets and combat systems to test and train on modern tactics, particularly during times of high Operations Tempo (OPSTEMPO). Furthermore, training and testing transformation initiatives within the Department of Defense (DoD) will continue to have a major influence on the DMOC. Since 2005, the DMOC has experienced a significant growth in mission requirements and in staffing levels to achieve the DMO vision established by CSAF. The 705 CTS anticipates continued expansion of the DMOC mission primarily in the areas of seamlessly integrating the Theater Air Ground System (TAGS) at the operational and tactical levels of warfare, providing robust joint and coalition training, controlled interface and Multi-National Information Sharing (MNIS) operations, testing in realistic operational environments, integrating live and simulation environments, and experimenting with advanced weapons systems and evolving Tactics, Techniques, and Procedures (TTPs). Utilizing the DMOC and associated resources, the 705 CTS performs training, tests, and experimentation with military personnel operating live weapon systems and high fidelity simulations in a dense synthetic environment. DMOC resources include: simulations of airborne systems; surveillance systems; airborne and ground command, control and communication systems; Surface-to-Air Missiles (SAMs); voice communications systems, data link systems; data loggers; network analysis tools; and intelligence systems. The battlespace is currently capable of simulating up to 50,000 simultaneous air and ground objects. Digital terrain databases include Digital Terrain Elevation Data (DTED), Digital Feature Analysis Data (DFAD), and Controlled Image Base (CIB) imagery. Standards for Information Operations, Electronic Warfare and weather effects are under development and may be modeled. The DMOC is linked to a large number of military and contractor simulation facilities through point-to-point and wide area networks. Distributed Interactive Simulation (DIS), High Level Architecture (HLA) and Test and Training Enabling Architecture (TENA) gateways and corresponding network components allow the DMOC to interface with a variety of joint Live - Virtual - Constructive (LVC) simulation facilities. Translators are available to allow exchange of tactical data link messages between actual field equipment and simulation models. Objective: The offeror shall provide technical expertise for the IDE of the DMOC battlespace to support execution of DMOC training events, tests, and experimentation activities as well as other DMOC appropriate initiatives such as design and implementation of DMO standards. The DMOC battlespace includes, but will not be limited to: internal and external networks and their connections; IT equipment; numerous desktop computers and servers; communication equipment; a variety of LVC simulators; a wide breadth of commercial, government and custom software applications and operating systems; and everyday office equipment. Contract deliverables will include, but will not be limited to: developing and implementing working hardware and software solutions; ensuring connectivity across multiple networks; programmatic deliverables; after action reports; technical reports; study reports; trip reports; engineering drawings; system, and technical architectures; simulation interoperability standards; and technical schematics. Workload: The RFP will contain a workload estimate. A complete draft RFP package will be posted on FBO Jan 2015. The units listed in the workload estimate may not be directly related to Full Time Equivalents (FTE). Mission Areas : Efforts under this synopsis for the required support have been broken into five Primary Mission Areas (examples provided are not exhaustive): 1) Internal Training Events - DMOC internal training events include major exercise events such as Virtual Flag (VF) and smaller scale training events such as Warfighter Focused Events (WFEs), Joint Kill Chain Events (JKCEs), and Air Force Weapons School Training Events (WSTEs). 2) External Training Events - External training event examples include Northern Edge (NE), Fleet Synthetic Training - Joint (FST-J), and Northern Goshawk (NG) exercises. 3) Testing Events - Testing event examples include the Joint Command & Control of Net-Enabled Weapons (JC2NEW) and Joint Fires Coordination Measures (JFCM) joint tests. These are examples of testing events only. These events are customer driven and vary in magnitude and duration. 4) Experimentation Events - Experimentation event examples include Defense of the Homeland Against Asymmetric Missile Attacks (DoHMA) and Integrated Air and Missile Defense (IAMD) events. These are examples of experimentation events only. These events are customer driven and vary in magnitude and duration. 5) Projects - The 705 CTS manages a large number of Research, Development, Test, and Evaluation (RDT&E) and facility improvement projects aimed at improving M&S capability within the DoD and the international community. Facilitate Concept of Operations testing for new aircraft/weapons systems and Tactics, Techniques, and Procedures. Supports software development (GOTS/Modified COTS), hardware development & customization, and interoperability & integration testing. Follow-On: This requirement shall be a follow-on effort to the current DMOC IDE contract. The current contract is Cost Plus Fixed Fee IDIQ with a ceiling value of approximately $98 million and a period of performance that expires Jan 2017. The new contract type has not been decided upon; however, it is anticipated to have a similar ceiling value and both Cost Plus Fixed Fee and Firm Fixed Price CLINs added. Required Skill Set: The contractor shall demonstrate that they can provide the following skill sets and/or knowledge bases in order to accomplish all of the above mission areas. Additionally, the contractor shall address experience in the above mission areas and, specifically, in the areas listed below. The list is not intended to be all-inclusive of every skill-set that the 705 CTS may request from the contractor but represents the core skill sets required by the 705 CTS. Labor Category Description Program Manager: Master of Science (MS) in engineering or an analytical discipline with 15 years of experience, or Bachelor of Science (BS) in engineering or related operational discipline with 20 years experience. Experience must be in engineering and/or operations management and must include 5 years of specific experience in C2 systems design, weapon air defense systems, or program management. Senior Engineer/ Technical Director: MS (Engineering, Computer Science, or related discipline) with 10 years relevant experience, BS in the same fields with 15 years relevant experience, or no degree and 20 years relevant experience. Engineer/Programmer/ IT Professional: MS (Engineering, Computer Science, or related discipline) with 3 years experience, BS in the same fields with 5 years relevant experience, or no degree and 10 years relevant experience. Jr Engineer/ Programmer/ IT Professional: MS (Engineering, Computer Science, or related discipline) with no experience, BS in the same fields with 2 years relevant operational experience or no degree and 6 years relevant experience. Systems Engineer: MS (Systems Engineering, or related discipline) with 3 years experience, BS in the same fields with 5 years relevant experience, or no degree and 10 years relevant experience. Technician: BS in a relevant area with 1 year experience or no degree and 3 years related operational experience. All contractor employees shall maintain, at a minimum, a Secret level clearance. At least 50% of contractor employees shall maintain a Top Secret clearance. The following Critical Positions shall maintain a Top Secret clearance: Program Manager, Division/Group Leads, and Network Engineer. At least 25% of contractor employees with a Top Secret clearance shall maintain Sensitive Compartmented Information (SCI) and Special Access Program/Special Access Required (SAP/SAR) eligibility. Additionally, vendors shall have on record a current and certified DD Form 2345 Military Critical Technical Data Agreement. Request for Statement of Capability (SOC): Businesses having the capability to perform this work are invited to submit a Statement of Capability (SOC). All potential offerors shall indicate whether they are/are not a small business, a small disadvantaged business, 8(a), hub-zone certified, woman-owned, veteran-owned, service disabled veteran-owned or Historically Black College or University. Foreign owned firms are prohibited from submitting a SOC. The Statement of Capability (SOC) shall contain the following information: (1) Demonstrate ability to respond to all mission areas as well as integrate all areas; (2) Clearly demonstrate the ability as the prime to complete fifty percent of the effort for each mission area as well as all areas concurrently and demonstrate how the efforts not supported by the prime will be supported; (3) Include a notional plan to assure the availability of an adequate number of qualified personnel to perform the continuous mission requirements and the short term, quick response requirements; (4) Demonstrate how classified work at the Top Secret level would be accomplished in the execution of this requirement; (5) Provide a correlation of the skill sets to the mission areas and identify personnel associated with each mission in a table format or similar format; (6) Discuss expertise within the last five years in each of the mission areas. Interested offerors are highly encouraged to submit an SOC as this will serve as initial market research to decide if this will be accomplished under full and open competition procedures. Do not summit a SOC if you do not intend to be a prime or lead. In submitting your SOC, please provide one (1) original plus two (2) copies which are due no later than 12:00 pm MST on 25 August 2014. The SOC shall be submitted to: Air Force Nuclear Weapons Center/PZID, Bldg. 20202, Rm. 219, Kirtland AFB, NM 87117. Any responses received for this synopsis that does not address all mission areas may not be evaluated as being capable. The SOC is limited to 15 pages, single spaced, 12-point font, Times New Roman. Resumes shall not be submitted. All submitted information shall be unclassified. The NAICS Code for this follow-on effort has not been yet been determined. Please submit, with sound justification and rationale, which NAICS Code is appropriate. Additionally, please identify which documents your company requires to be uploaded to the FBO Bidder's Library in order to ensure a reasonable and competitive proposal. This information does not count against the 15 page response limit. NOTE: Should a contractor be the prime or a sub on a related DMOC effort (regardless of place of performance and Air Force administration office), they shall submit an Organizational Conflict of Interest (OCI) Mitigation Plan through their respective chain of command with a courtesy copy sent to the AFNWC/PZI Contracting Office. The government will be able to post the OCI Clause and it Alternates from the current contract on FBO. An organizational conflict of interest clause is anticipated in any resultant contract. Reference H102 AFNWC-Organizational Conflict of Interest (Feb 2010): H102 AFNWC-Organizational Conflict of Interest (Feb 2010) This clause is in accordance with AFFARS Organizational Conflict of Interest Clause 5352.209-9000 and its Alternates I, II, III, and VI. In the event there is a discrepancy, the AFFARS clauses shall supersede. (a) The contractor warrants, to the best of its knowledge and belief, that (1) there are no relevant facts that could give rise to organizational conflicts of interest, as defined in FAR 9.501; or (2) the contractor has disclosed all relevant information regarding any actual or potential organizational conflicts of interest. The contractor shall inform the Contracting Officer of any potential conflicts of interest, including those involving contracts with other Government organizations or commercial enterprises, before preparing their proposal to determine whether the Government will require mitigation of those conflicts. If the successful contractor was aware, or should have been aware, of an organizational conflict of interest before award of this contract and did not fully disclose that conflict to the Contracting Officer, the Government may terminate the contract for default. (b) If during contract performance the contractor discovers an organizational conflict of interest involving this contract, the contractor agrees to make an immediate and full disclosure in writing to the Contracting Officer. Such notification shall include a description of the action the contractor and/or subcontractor has taken or proposes to take to avoid, neutralize, or mitigate the conflict. THE CONFLICTED PARTY SHALL REFRAIN FROM PARTICIPATION UNTIL THE POTENTIAL ORGANIZATIONAL CONFLICT OF INTEREST IS RESOLVED WITH THE CONTRACTING OFFICER. The Government may terminate this contract for its convenience if it deems such termination to be in the best interest of the Government. (c) The contractor shall inform the Contracting Officer of any activities, efforts, or actions planned, entered into, or on-going by the contractor, or any other corporate entity of the contractor, at the prime or subcontract level, involving the review of information or providing any advice, assistance, or support to Government or commercial agencies, entities, or units outside of the DMOC program office which may result in a perceived or actual organizational conflict of interest with any known DMOC activity. The contractor shall provide detailed information to the Contracting Officer as to the specifics of the situation immediately upon its recognition. Based on the severity of the conflict, the Contracting Officer may direct the contractor to take certain actions, revise current work effort, or restrict the contractor's future participation in DMOC contracts as may be necessary to appropriately neutralize, mitigate, or avoid the organizational conflict of interest. (d) WHEN A POTENTIAL CONFLICT OF INTEREST ARISES, the contractor shall submit an organizational conflict of interest plan TO THE CONTRACTING OFFICER for approval. The plan shall describe how the contractor will mitigate, neutralize, or avoid potential and/or actual conflicts of interest or unfair competitive advantages. After approval of the mitigation plan, the contractor shall conduct a yearly self-assessment and submit an annual certification of compliance with the terms of the plan signed by a corporate official at the level of Vice President or above. The contractor agrees to submit a revised mitigation plan for approval whenever corporate, contractual, or personnel changes create or appear to create new organizational conflict of interest concerns, or when directed to do so by the Contracting Officer. (e) The contractor shall insert a clause containing all the requirements of this clause in all subcontracts for work similar to the services provided by the prime contractor. (End clause) This is not a Request for Proposal and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. Potential offerors should refer contracting concerns to the Air Force Nuclear Weapons Center Contracting Officer, Tara Bond at (505) 846-4547, or the Contract Specialists Capt John Paul Duman at (505) 846-6673, or Capt Leah Meyer at (505) 853-8005. Refer technical concerns to the 705 CTS Technical Point of Contact, Michelle Davis at (505) 853-0910.   Points of Contact: Contractual or Business Point of Contact Tara Bond, Contracting Officer Phone: (505) 846-4547, Email: tara.bond@kirtland.af.mil Technical Point of Contract Michelle Davis, Program Manager Phone: (505) 853 0910, Email: michelle.davis.17@kirtland.af.mil Place of Performance Kirtland Air Force Base, New Mexico Acronyms: 705th Combat Training Squadron (705 CTS) Chief of Staff of the Air Force (CSAF) Command Control Intelligence Surveillance and Reconnaissance (C2ISR) Control Image Base (CIB) Defense of Homeland Against Asymmetric Missile Attacks (DoHMA) Digital Feature Analysis Data (DFAD) Digital Terrain Elevation Data (DTED) Distributed Interactive Simulation (DIS) Distributed Mission Operations Center (DMOC) Distributed Mission Operations (DMO) Fleet Synthetic Training - Joint (FST-J) High Level Architecture (HLA) Infrastructure, Development, and Engineering (IDE) Integrated Air and Missile Defense (IAMD) Joint Command & Control of Net-Enabled weapons (JC2NEW) Joint Fires Coordination Measures (JFCM) Joint Kill Chain Events (JKCEs) Joint Test and Evaluation (JT&E) Live Virtual - Constructive (LVC) Modeling and Simulation (M&S) Multi-National Information Sharing (MNIS) Northern Edge (NE) Operations Tempo (OPSTEMPO) Research Development Test and Evaluation (RDT&E) Statements of Capability (SOC) Surface-to-Air-Missiles (SAMs) Tactics Techniques and Procedures (TTPs) Test and Training Enabling Architecture (TENA) Theater Air Command and Control Simulation Facility (TACCSF) Theater Air Ground Systems (TAGS) Virtual Flag (VF)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9422-R-15-8001/listing.html)
 
Place of Performance
Address: Distributed Missions Operations Center, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03436356-W 20140726/140724234956-14e250e187b839afa2723e9ef01c0f87 (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.