SOURCES SOUGHT
A -- Enterprise Design and Development Engineering (EDDE)
- Notice Date
- 10/2/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8750-09-R-0017
- Point of Contact
- Karl L. VanDenTop,, Phone: 315/330-1794
- E-Mail Address
-
karl.vandentop@rl.af.mil
- Small Business Set-Aside
- N/A
- Description
- Capable sources are sought to focus on enabling the Air Force mission to maintain and enhance multiple initiatives currently in development and experimentation through the Air Force Global Cyberspace Integration Center (GCIC), which manages requirements integration, capability development, innovation and experimentation for selected AF cyber programs. Additionally, Air Force Research Laboratory is seeking sources to develop selected prototype software under this effort for the purpose of assessment and assisting in cyber and C2 requirements and CONOPS refinement. This effort includes: requirements analysis, technical analysis, system feasibility studies, system design, systems engineering efforts, experimental design efforts, experimental hardware/software demonstration efforts, software specification efforts, net-centric communications and data development efforts, rapid prototyping and software development, and capability test and assessment. This effort also includes software installation, familiarization, and support at customer sites for selected AFRL-developed prototypes. GCIC collaborates with Air Force Research Laboratory, other Service and National laboratories to identify and advocate for advanced technology development and to conduct assessment and testing of new capabilities and emerging technologies, as applied to selected warfighter C4ISR and cyber needs. GCIC conducts requirements analysis to identify and integrate warfighter requirements, performs science and technology planning, sponsors pilot prototype initiatives, develops experimentation strategies and objectives, and plans and manages technology transition. GCIC, through leadership of the AF Joint Expeditionary Force eXperiment (JEFX) program, conducts concept development and leads selected initiatives, plans, engineers, integrates and leads quarterly events, conducts operational and technical assessment and testing, and plans and advocates for technology transition into the operational environment, in coordination with Air Force, Joint, sister-service and Coalition partner, transformation activities. GCIC also provides coordinating functions of the Air Force-Integrated Collaborative Environment (AF-ICE) across all USAF development and test facilities to ensure interoperability between systems in capability based development and test events; GCIC also integrates and manages selected development and test events with service and joint partners. Respondents must demonstrate knowledge/expertise in the following areas: Perform requirements analysis and CONOPs development, functional and technical analytical studies, technology investment strategy and technology transition planning, feasibility analysis, system design studies, system trade-off studies, prototype and innovation design efforts, software specification efforts, software development efforts, system simulation, experimentation planning and event management, security engineering, experimentation assessment and test and evaluation, system development and systems engineering in a number of disciplines and technology areas relevant to the AF cyber mission. The specific requirements for each order will be identified in individual work statements; however, the contemplated tasking under this effort is as follows: Conduct requirements analysis to identify key operational shortfalls and capability gaps. Conduct analytical studies to include technical evaluation of engineering problem areas and development of solutions to these problems. Conduct system feasibility studies to include requirement definition and cost performance analysis. Develop innovation/prototype initiatives, as required, to assess advanced technology capabilities. Develop multi-year, multi-phase innovation and experimentation campaign strategies, including advanced technology development and prototype initiatives. Develop annual and quarterly innovation and experimentation objectives. Develop experimentation scenarios and vignettes to meet experimentation objectives, including supporting data and specification of modeling and simulation capabilities, as required. Develop system designs that result in a recommended specification for advanced and upgraded systems. Conduct system tradeoffs and studies, and evaluate multiple solutions to problems and requirements. Perform technical analysis studies to evaluate applicability of candidate technologies, including the areas of requirements, performance, integration, interfaces, scalability, cost, schedule and risk. Recommend appropriate validation/verification or experimentation venue for capability assessment. Develop operational designs and systems resulting from Unified Command needs, studies and recommendations and validated Air Force air, space and cyber space requirements. Develop, acquire, assemble, and integrate hardware/software. Code, test, validate, and maintain hardware/software in an operational theatre and in experimental, operationally representative environments. Develop hardware and software specifications. Analyze results of requirements analysis, develop and maintain hardware/software specifications. Develop and code the algorithms. Design the operational requirements, integrate operations for the commands, re-engineer where needed, and support the operational users at the sites. Develop software and hardware for various commands, integrate operational requirements, recommend designs and solutions, and maintain operational documentation. Design, develop and manage enterprise experimentation and/or assessment environments, to support live, virtual and constructive events that include operational analysis, computer simulations, hardware simulations and feasibility analysis for the users. Integrate and maintain capabilities within selected experimentation and testing environments, such as the GCIC experimentation and test enclaves. Perform event execution management, specifying and monitoring all required elements for experimentation events. Continuously assess planned initiatives and provide readiness recommendations. Conduct experimentation operational and technical assessment planning and execution to assess innovative capabilities against warfighter needs and event objectives. Support formal tests and evaluation. Perform integration and standards compliance testing, as required. Determine life cycle costing, architectural analysis and testing for the users. Determine Design-to-Cost analysis. Conduct reliability and maintainability analysis. Conduct a Logistics program, which includes the science and planning involved with sustaining a system or program. Conduct configuration management, data base maintenance, and quality assurance. Conduct on site assessments of operational systems and plans to identify problem areas and recommend solutions. Provide on-site familiarization of the developed prototype systems and tools at such places specified by the users and as required to support specific experimentation and demonstration events. Conduct technology transition planning and analysis for migration of initiative or experimentation capabilities to a suitable operational environment. An indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 60 months. The maximum contemplated ordering amount is anticipated to be approximately $49,900,000.00. Approximately 15 personnel with Top Secret SCI clearances will be required at time of award with the capability of integrating an additional 15 persons during performance. Foreign participation is excluded at the prime contractor and the subcontractor level. 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 System (NAICS) code for this acquisition is 541712. Responses 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, 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)(1) and (2), in making small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and award will be made at fair market prices. 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. This information will assist the Air Force in making a set-aside decision. Provide information explaining past experience for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact, and telephone numbers. 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 DCMA? 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 contemplate 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? All qualification packages must be addressed to the attention of Janis Norelli, Small Business Specialist, AFRL/RIB, at e-mail: janis.norelli@rl.af.mil, or the address referenced at the beginning of this notice, and must be received by 3:00 P.M., EST, on 23 OCT 2008. Responses must reference the solicitation number, and contain the respondent's Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. Large businesses are also encouraged to submit e-mails of intent to karl.vandentop@rl.af.mil should this effort not be selected as a small business set-aside. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities, technical questions should be directed to the Laboratory Program Manager, Dr. Ernst K. Walge, 315-330-2530 or e-mail Ernst.Walge@us.af.mil. Contractual questions should be directed to the Contract Specialist, Karl VanDenTop, 315-330-1794, or e-mail karl.vandentop@rl.af.mil. Original Point of Contact Karl VanDenTop, Contract Specialist, Phone (315) 330-1794, Fax (315) 330-1777, e-mail karl.vandentop@rl.af.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e703dad2116f2b2badabaa18338a2fc5&tab=core&_cview=1)
- Record
- SN01687710-W 20081004/081002222300-e703dad2116f2b2badabaa18338a2fc5 (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 |