SOURCES SOUGHT
A -- AFRL/IFEB SECURE DATA COMMUNICATIONS SUPPORT (SDCS)
- Notice Date
- 6/28/2005
- Notice Type
- Sources Sought
- 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
- FA8750-05-R-0026
- Description
- The Air Force Research Laboratory, Rome Research Site (AFRL Rome) is seeking capable sources to continue the software enhancements of Communications Support Processor (CSP) and extensions (CSP Message Interface [CMI], CSP to Defense Message System [DMS] Addressing Component [CDAC], Intelligence Community Multi-Function Interpreter [IC MFI], Decision Agent Bridge Application [DABA], and CSP to EVCP Bridge Application [CEBA]) according to Program Management Directive 0933(1)/03031290, "Defense Message System Air Force (DMS-AF)" and PMD 3038(9), "The Improvement of Selected Intelligence Data Handling Systems" dated 18 March 1992. More specifically, the CSP system is a component of Standard Record Communications Systems (SCS-49). The primary purpose of the CSP has been to provide all required AUTODIN functionality for Intelligence Data Handling Systems (IDHS). The effort will include: (1) continue the enhancement and management for the CSP application and its extension; (2) support enhancements to existing communication and information transfer baselines including interoperability with DMS, DMS program office support, new network security requirements, Tactical user community; (3) test and integrate new hardware into the CSP hardware baseline for site upgrades as current systems become obsolete; (4) test CSP hardware and software at sites; (5) provide message Information Assurance (IA) through studies, software enhancement, and integration of Commercial-Off-The-Shelf (COTS) and Government-Off-The-Shelf (GOTS) products; and (6) provide IA related engineering services for messaging security for approval by national messaging approval authorities. Anticipated deliverables include computer software development and technical documentation, Contractor's Progress, Status, and Management Reports, Test Plan, Software Test Plan, Test Analysis Reports, Program Plan, and Trusted Facilities manual. An Indefinite-Delivery, Indefinite-Quantity (I.D.I.Q.) Cost Plus Fixed Fee (CPFF) - Completion type contract is contemplated with an ordering period of forty-eight (48) months. The maximum contemplated ordering amount is $49,900,000. The prime contractor and/or system integrators for this contract must have Top Secret SCI security clearances at the time of the award. Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. 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). As discussed at FAR 19.502-2(b)(2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performances, and schedules. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. See Numbered Note 25. This information will assist the Air Force in making a set-aside decision. Provide information on at least three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained form other Government and commercial sources. Respondents must demonstrate knowledge/expertise in the following areas: (1) CSP and Tactical Communication Support Processor (TCSP) software configuration management, baseline maintenance, and enhancements, (2) DoD Intelligence Information System (DoDIIS) standard hardware, (3) Common User Baseline for the Intelligence Community (CUBIC) procedures, (4) Ada and C/C++ source codes, (5) Developing and conducting Automated Data Processing (ADP) security accreditation and DISA certification tests after system installation, (6) Capability to respond immediately to locations experiencing messaging-related problems, and (7) Develop, support, and maintain communications protocols with Triple DES (Digitally Encrypted Signature) to provide a capability for messaging systems to communicate via standard network Ethernet protocols. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) Will you need to hire additional personnel to perform this effort? (4) Is your company's cost accounting system approved by the DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (5) Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? (6) Is your company a foreign-owned/foreign-controlled firm and do you contemplated the use of foreign national employees on this effort? (7) Explain how your company will fill the TS SCI positions. (8) What is your company?s Certified Contractor Access List (CCAL) number ?. Large businesses are also encouraged to submit e-mails to the Contract Specialist stated below of intent should this effort not be selected as a small business set-aside. A technical read library relating to the subject area of this acquisition is available for review by potential offerors. Access may be gained by contacting the Program Manager, Ernie Walge, at (315) 330-2171 or 2530. 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, Ernie Walge, at Air Force Research Laboratory/IFEB, 32 Brooks Road, Rome, New York 13441-4114, or fax to his attention at (315) 330-2529. 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 draft Request for Proposal is expected to be posted for review and comment by potential offerors on or before 25 February 2005. The formal solicitation is expected to be released by the end of the 2nd quarter of the Government fiscal year 2005. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. Technical questions should be directed to the Program Manager via e-mail to ernst.walge@rl.af.mil or by phone at (315) 330-2171 or 2530. Contractual questions should be directed to the Contract Specialist, Bob Stadelmaier, via email to robert.stadelmaier@rl.af.mil or by phone at (315) 330-1726. See Numbered Note 26. The Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities. All statement of capabilities must be addressed to the attention of Janis Norelli, AFRL/IFB, 26 Electronic Parkway, Rome, NY 13441-4514, and must be received by 4:00 P.M., EST, on 7 February 2005. 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.
- Record
- SN00837875-W 20050630/050628212037 (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 |