Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2004 FBO #0872
SOLICITATION NOTICE

A -- AFRL/IFEB Target Exploitation Development and Support (TEDS)

Notice Date
4/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-04-R-0037
 
Point of Contact
Scott Podkowka, Contract Specialist, Phone 315-330-4716, Fax 315-330-1608,
 
E-Mail Address
Scott.Podkowka@rl.af.mil
 
Description
The Air Force Research Laboratory, Rome Research Site (AFRL Rome), has a requirement for continued development and enhancement of the current operational targeting functionality of joint targeting automation software towards full automation of all needed targeting capabilities including support to all elements of the joint targeting cycle and to time-critical and time-sensitive targeting operations. The effort will include making changes to improve performance and responsiveness to operational needs; upgrade the current suite of applications with new versions of Commercial-Off-The-Shelf (COTS) and newly developed (Government-Off-The-Shelf (GOTS)) software; support integration testing with various operating environments (Theater Battle Management Core Systems (TBMCS), Client Server Environment (CSE), Joint Digital Intelligence Support System (JDISS), Global Command and Control System (GCCS), GCCS-Maritime (M), GCCS Integrated Intelligence and Imagery (I3), etc.), and respond to user mission needs concerning the initialization, operation, and management of the supported suite of applications. While meeting the needs of the targeting community-at-large, unique Service capabilities must be provided and interoperability with legacy and evolving systems, data bases and architectures must be maintained. Anticipated deliverables include computer software development and technical documentation. An Indefinite-Delivery, Indefinite-Quantity (I.D.I.Q,) Cost Plus Award Fee (CPAF) - Completion type contract is contemplated with an ordering period of sixty (60) months, with the potential for performance to continue up to twelve (12) months thereafter. The maximum contemplated ordering amount is $48,000,000. The prime contractor and/or system integrators for this contract must have Top Secret SCI security clearances. Interested parties are advised that to perform this acquisition the successful offeror will be required to have at the time of award 35 Top Secret SCI clearances (total for the prime and all subcontractors). Foreign participation is excluded at the prime contractor level. This effort is not set-aside for small business; full and open competition applies. The North American Industry Classification Systems (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone 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). Performance will require knowledge/expertise in the following areas: (1) DoDIIS and Intelligence products and systems as related to targeting and in particular JTT; (2) analysis, research, development, testing and integration of new capabilities and enhancements to the overall capability of JTT to use production and intelligence data sources to perform target analysis, target development, execution assessment, battle damage assessment and campaign assessment; (3) evaluation of targeting application performance to determine whether requirements demands are consistent with objectives of the Joint ORD and Functional Requirements Document (FRD); (4) development (system requirements analysis, system design, software design, coding, unit testing, factory acceptance testing, beta I and II testing and fielding) and maintenance (central maintenance and Facility Service Representatives permanently located at sites worldwide) of the Joint Targeting Toolbox (JTT) baselines; (5) establishment and maintenance of a configuration management process in accordance with an approved Configuration Management Plan (CMP) and the CUBIC CMP for support of all software development and operational baselines; (6) utilization of and providing system and software engineering metrics, procedures and practices to measure, track and review the technical development progress on a continual basis; (7) performance of Quality Assurance on all releases; (8) implementation of a process for handling Problem Reports and Change Requests in accordance with the CMP and CUBIC CMP; (9) Implementation of a reporting procedure to describe each problem assigned in software or documentation that have been placed under configuration control; and management functions required to track and report the development and maintenance status and the funding status. A technical read library relating to the subject area of this acquisition is available on CD-ROM for review by potential offerors. Access may be gained by contacting the Program Manager, Dennis Jones, at (315) 330-4489. The library contains sensitive technical data; therefore, prior to access being granted, respondents must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement," which certifies the respondent is on the Certified Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to the Program Manager, Dennis Jones, at Air Force Research Laboratory/IFEB, 32 Brooks Road, Rome, New York 13441-4114, or fax to his attention at (315) 330-3913. For further information on CCAL, contact the Defense Logistics Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. The successful contractor may receive and/or generate technical data subject to export control in the performance of the contract. The draft Request for Proposal is expected to be posted for review and comment by potential offerors on or before 19 April 2004. The formal solicitation is expected to be released within the 3rd quarter of the Government fiscal year 2004. THE ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fedbizopps.gov/ Select "Vendors", under Acronym, select "USAF", at AFMC, select "Locations", at AFRL, Rome Research Site, select "Posted Dates". The FedBizOpps offers a registration service that will send an e-mail notification when a change is made to this announcement. To register, click on the "Register to Receive Notification" button at the end of this announcement in the FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective offerors interested in submitting a proposal for this solicitation must register by e-mail directly with the Contract Specialist at scott.podkowka@rl.af.mil in order to be placed on the List of Registered Parties. Include your company name, address, telephone number and point of contact, fax number, e-mail address and Commercial and Government Entity (CAGE) code. The Contract Specialist will post this list on the FedBizOpps along with the solicitation to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contract Specialist should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Technical questions should be directed to the Program Manager via e-mail to dennis.jones@rl.af.mil or by phone at (315) 330-4489. Contractual questions should be directed to the Contract Specialist, Scott Podkowka, via email to scott.podkowka@rl.af.mil or by phone at (315) 330-4716. Responses must reference the solicitation number, and contain the respondent’s Commercial and Government Entity (CAGE) code, e-mail address, mailing address, and FAX number. See Numbered Note 26. All responsible sources may submit a proposal in response to the RFP which shall be considered. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLRRS/FA8750-04-R-0037/listing.html)
 
Record
SN00566226-F 20040416/040414214302 (fbodaily.com)
 
Source
FedBizOpps.gov 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.