Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOURCES SOUGHT

R -- AIR FORCE SPACE COMMAND (AFSPC) MODELING, SIMULATION, AND ANALYSIS (MS&A) FOR SPACE AND CYBERSPACE CAPABILITIES (MSCC) SUPPORT SERVICES - AIR FORCE SPACE COMMAND (AFSPC) MODELING, SIMULATION, AND ANALYSIS (MS&A) FOR SPACE AND CYBERSPACE CAPABILITIES (MSCC) SUPPORT SERVICES

Notice Date
7/1/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-16-R-MSSC
 
Archive Date
8/16/2016
 
Point of Contact
Steven A. Wells, Phone: 5055568087, Jaime A. Steele, Phone: 7195564193
 
E-Mail Address
steven.wells.7@us.af.mil, jaime.steele@us.af.mil
(steven.wells.7@us.af.mil, jaime.steele@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AIR FORCE SPACE COMMAND (AFSPC) MODELING, SIMULATION, AND ANALYSIS (MS&A) FOR SPACE AND CYBERSPACE CAPABILITIES (MSCC) SUPPORT SERVICES SOURCES SOUGHT FOR AIR FORCE SPACE COMMAND (AFSPC) MODELING, SIMULATION, AND ANALYSIS (MS&A) FOR SPACE AND CYBERSPACE CAPABILITIES (MSSC) SUPPORT SERVICES THIS IS A SOURCES SOUGHT ANNOUNCEMENT PUBLISHED FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION/REQUEST FOR PROPOSAL/REQUEST FOR QUOTE. The 21Contracting Squadron, Peterson Air Force Base, CO is requesting capability statements to identify sources to provide Modeling, Simulation, and Analysis (MS&A) and decision support for space and cyberspace analyses. The contractor will provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other technical and support requirements for space and cyberspace support, to include engineering/engagement, mission, and theater/campaign MS&A. The Government has a requirement for space and cyberspace knowledge coupled with MS&A expertise, analytical understanding, and software management acumen. The contractor must also possess experience with military weapon systems (e.g., aircraft and munitions) associated Tactics, Techniques, and Procedures (TTPs); and Combatant Command (CCMD) operations at the tactical, operational, and strategic level. Finally, the contractor must also possess experience in joint/combined operations analysis or analysis skills (e.g., math, probability/statistics, operations research, and engineering). The contractor may need to interface with other AFSPC units and organizations, other AF Major Commands (MAJCOMs), AF Research Laboratories (AFRL), Headquarters Air Force (HQ AF), other services (e.g., US Army and US Navy), United States Strategic Command (USSTRATCOM), Department of Defense (DoD) Services and Offices, National Aeronautics and Space Administration (NASA), National Reconnaissance Office (NRO), and non-DoD government and commercial space entities to accomplish the requirements of this contract. The MS&A tools and analytical decision support tools may support such activities as long-range planning, strategic analysis, force-mix studies, acquisition decision-making, requirements development and assessment, warfighter analysis, Analysis of Alternatives (AoAs), and/or operational missions. The goal of the MS&A for Space and Cyberspace Capabilities effort is to support space/ cyberspace trade-space analysis as well as warfighter integration analysis efforts within the Space MS&A framework and analysis process. Over the past five years, HQ AFSPC/A9XY has completed several space-warfigher integration efforts in support of AFSPC planning, AoAs, and requirements development. The contractor shall support the following key tasks: •· Develop Joint Mission Threads (JMTs) which describe the key steps in a warfighting operation. (Step B) •· Insert space/cyberspace touch points (Step C) into the JMTs which lead to detailed Influence Diagrams that can be modeled using approved analysis tools. (Step D) •· Perform engagement-level analysis to convert Space MOPs into Space MOEs (Step E) •· Develop/modify/execute mission-level analysis tools to emulate the Influence Diagram with sufficient fidelity to understand the impact of space/cyberspace capabilities on warfighter operations. Key analysis tools may include the System Effectiveness Analysis Simulation (SEAS), the Advanced Framework for Simulation, Integration and Modeling (AFSIM), and Excel-based macros. (Step F) •· Develop/modify/execute campaign-level analysis tools to emulate the mission-level analysis results with sufficient fidelity to understand the impact of space/cyberspace capabilities on warfighter operations. (Step G) Key analysis tools may include the Synthetic Theater Operations Research Model (STORM) and THUNDER (not an acronym). In addition to the Space-Warfighter Integration MS&A Process, the contractor shall support the space assessment analysis efforts led by HQ AFSPC/A3Z which examines the impact of space capabilities on Space Situational Awareness (SSA) and Space Control (SC). The contractor shall provide MS&A research, development, and analytic support to HQ AFSPC/A9XY and HQ ASPC/A3Z through modification and development of space/cyberspace analysis and decision support tools as well as data to provide innovative space/cyberspace MS&A information research, management, and integration. Enhancements to some MS&A and analytical decision support tools may require the services of third-party tool developers who are the current, official Air Force (AF) or DoD developer for their respective tool. It is the responsibility of the prime contractor to fully understand the current business/industry/government status of each of these tools in order to expeditiously and effectively perform the work in this PWS. The MS&A tool enhancements in this contract shall be integrated with each other and existing/new analytical efforts to facilitate code reuse, operational missions, long-range planning, strategic analysis, force-mix studies, acquisition decision-making, requirements development, and warfighter impact analysis. Analysis tools designated for improvements may be proprietary, partially proprietary, or present difficult enhancement challenges within time constraints. Each tool has individual conditions surrounding the accessibility of code, configuration management, and business arrangements. Strong MS&A and analytical support tool software development capabilities are required to meet the requirements in this PWS. The prime contractor shall provide total task management and supervision of contractor and sub-contractor personnel. The prime contractor shall provide a primary point of contact for all technical aspects of the required work and no personal services shall be performed (e.g., contractor personnel are not subject to supervision or control by a Government officer or employee). The contractor shall perform SARP maintenance tasks according to Information Technology (IT) industry best-practices and AF network policies and procedures. Work with AF agencies to ensure SARP and its associated sub-sites are operational in accordance with service-level agreements established for the maintenance of SARP web servers, database servers, SMTP email relay, network connections, etc. on NIPRNet, SIPRNet, and JWICS. The SARP is a webpage/website currently residing on the Peterson AFB Non-secure Internet Protocol Router Network (NIPRNet) and Secure Internet Protocol Router Network (SIPRNet) and hosted by the 21 st Communications Squadron (COMM SQ). It is a Microsoft Sequel (SQL) Server database with multiple supporting software packages such as Information Internet Services (IIS) and Simple Mail Transfer Protocol (SMTP) services. The contractor shall be certified on Day 1 of contract start in AF Web Administration, Agile Software Development, Scrum Master or equivalent, and possess expert abilities in Microsoft® products. The Contractor shall provide technical support to integrate capabilities across a number of stand-alone and networked classified and unclassified systems in support of HQ AFSPC and their customer's analytical needs. The Contractor shall provide network O&M for installing components, operate, maintain, troubleshoot, and diagnose problems on the AVAC network. The Contractor shall provide IT Planning, Network Management and Operations, Information Protection (IP), Information Assurance (IA) and Help Desk (HD) services. The Contractor shall provide life cycle support; procure SW/HW; IT asset inventory accountability, receipt and turn-in of all AFSPC assets; PC maintenance for AFSPC assets not covered by vendor warranty; information security mechanisms and execute IP process for AFSPC to include detection and correction of viruses and other security hazards. Proposed Period of Performance : The proposed basic period of performance for this effort is 25 Jun 2018 through 24 Jun 2019. In addition to this period of performance, the Government may offer a maximum of four option years, in one year increments. The base year and option years are as follows: • Base Year: 6 Jul 18 - 5 Jul 19 • Option 1: 6 Jul 19 - 5 Jul 20 • Option 2: 6 Jul 20 - 5 Jul 21 • Option 3: 6 Jul 21 - 5 Jul 22 • Option 4: 6 Jul 22 - 5 Jul 23 [PALGUA2C1] This Sources Sought Announcement is issued solely for information and planning purposes only and is not a Request for Proposals or Quotes (RFP or RFQ) or an obligation on the part of the Government to acquire any services. Responses to this sources sought are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this sources sought should not anticipate feedback with regard to its submission. The Government will not pay any cost incurred in response to this sources sought. All costs associated with responding to this sources sought will be solely at the responding party's expense. The information provided in this sources sought is subject to change and is not binding on the Government. Please carefully review the Draft Performance Work Statement (PWS) included in the attachment, and respond according to the directions stated below. Additional Information: [PALGUA2C2] The anticipated NAICS code for this award is 541511, Custom Computer Programming Service. The Product Service Code for this task order is R408, Program Management/Support Services. The Government is contemplating an IDIQ contract vehicle. The budget amount for this award is $95M and eight to ten (8-10) Task Orders per year are anticipated. PLEASE Respond WITH the following INFORMATION: 1. Contact information: a. Name of company b. Business title c. Institution or organization affiliation d. Email address and Phone number e. Company's business size; and f. Cage code and DUNS number 2. Please provide capabilities statement which details your company's knowledge as it relates to the requirement (Shall not exceed 10 pages). 3. Please provide your past performance in the past five years (shall not exceed five pages). Please include the contract number or other identifying information. 4. If you can perform this service, would you need a transition period? If yes, how long? e.g.: 30 days / 60 days Do not include the following in your response: •a. Do not submit formal proposals or offers; •b. Do not submit requests to be considered for award or to be notified of a future solicitation; •c. Do not submit requests to be added to a mailing or distribution list; •d. Do not submit questions or comments not related to this sources sought; •e. Do not respond via telephone. How to Submit Responses: 1. Submit the required information in a word document to Steven A. Wells, Contracting Officer, at steven.wells.7@us.af.mil and Contract Specialist Jaime Steele at Jaime.Steele@us.af.mil. 2. Please include " MSCC Statement of Capability " in the e-mail subject line. 3. The sources sought closing date is Monday, August 1, 2016 at 4PM MST. 4. If you have any questions regarding this sources sought announcement, please submit them via e-mail to the Contracting Officer. Attachments : Draft PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-16-R-MSSC/listing.html)
 
Place of Performance
Address: Air Force Space Command, Bldg 1, Peterson AFB, Colorado, 87114, United States
Zip Code: 87114
 
Record
SN04169574-W 20160703/160701234006-26b4d707d22fce82bd6133855fb515bf (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.