Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOURCES SOUGHT

A -- Integrated Targeting Automation Capability (ITAC)

Notice Date
5/26/2010
 
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
E01479_ITAC
 
Point of Contact
Brian Shepard, Phone: 315-330-1729
 
E-Mail Address
Brian.Shepard@rl.af.mil
(Brian.Shepard@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of the Air Force, Air Force Material Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4114. Point of Contact: Janis Norelli, Small Business Specialist, Phone (315) 330-3311, FAX (315) 330-2784, Email Janis.Norelli@rl.af.mil. Capable sources are sought to deliver an integrated software solution that improves upon the targeting functionality currently performed by Air Force (AF) and joint targeting automation software. The successful software approach will research and develop methods to: (1) advance the current software functionality 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; (2) improve software performance; (3) be more responsive to operational needs; and (4) as required, incorporate new versions of Commercial-Off-The-Shelf (COTS) and newly developed (Government-Off-The-Shelf (GOTS)) software. Successful software delivery will require the successful offeror to: (1) participate in integration testing with various operating environments (Department of Defense Intelligence Information System (DoDIIS), to include Global Command and Control System - Integrated Intelligence and Imagery (GCCS-I3), GCCS-Joint (GCCS-J), GCCS-Joint Digital Intelligence Support System (GCCS-JDISS), GCCS-Maritime (GCCS-M), GCCS-Air Force (GCCS-AF), Modernized Integrated Database (MIDB), etc.); and (2) respond quickly to user mission needs concerning the integration, training, initialization, operation, and management of the delivered suite of applications. While meeting the needs of the targeting community-at-large, customer-specific capabilities must be provided and interoperability with legacy and evolving systems, data bases and architectures must be maintained. Anticipated deliverables include computer software, technical documentation and reports. An Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Cost Plus Fixed Fee (CPFF) - Research and Development type contract is contemplated with an ordering period of sixty (60) months. The acquiring agency anticipates that approximately $49.7 million will be sufficient to cover orders for the duration of the ordering period. 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 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)(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 necessary to successfully compete for this award. To be considered capable, interested parties must demonstrate an excellent knowledge of: (1) the targeting cycle; (2) how the Joint Targeting Toolbox (JTT) and the Joint Targeting Database (JTDB) support the targeting cycle and processes; (3) the DoDIIS and intelligence worlds, how these affect JTT and JTDB in terms of the systems JTT and JTDB interface with, and what data are passed back and forth; (4) the environments in which JTT and JTDB are fielded, in particular GCCS and MIDB; (5) which services are available via JTT and JTDB, and (6) the JTT and JTDB software, including which operating systems they reside on, and how all the internal pieces work together. Additionally, respondents must demonstrate knowledge/expertise in the following general areas: software development techniques and processes, web-based software technology, browser-based access, Service Oriented Architecture(s) (SOA), data visualization, multi-source data integration, ad-hoc querying, distributed networking, near real-time situation alerting and the DoDIIS certification and life cycle management process for software development and fielding. 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? 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. At time of award, the successful offeror must have Top Secret SCI security clearances at the prime level and at any tier where system integration will be performed. Interested parties are advised that to perform this acquisition the successful offeror will be required to have at the time of award 5 personnel with Top Secret SCI clearances and 7 personnel with collateral clearances (total for the prime and all subcontractors). Within 60 days of contract award the contractor must have a total of 5 personnel with Top Secret SCI clearances and 8 personnel with collateral clearances (total for the prime and all subcontractors). Numbers of cleared cannot be double counted (e.g. an SCI cleared individual cannot be counted as collateral cleared. Interested parties are also advised that to perform this acquisition the successful offeror will be required to have SIPRNet access at time of award to work operational site problems. Foreign participation is excluded at the prime contractor level. All information generated or maintained under this effort is export controlled. Therefore, prospective offerors must provide a completed and approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (CCAL) or that the offeror is seeking application to CCAL. 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/. It is solely the responsibility of the contractor to obtain an export license from the U. S. Department of State and to comply with the federal laws and regulations. Questions concerning the International Traffic in Arms Regulations (ITAR) and export licensing must be directed to the U.S. Department of State's Directorate of Defense Trade Controls and not the Air Force Project Engineer, Contracting Office, or Air Force Foreign Disclosure Office. A technical library relating to the subject area of this acquisition is available for review by potential offerors at the Air Force Research Laboratory/RIEB, Building 3, 525 Brooks Road, Rome New York 13441-4505. The library contains technical data subject to export control. Appointments for access may be made by submitting a request to the AFRL Program Manager, at least four business days in advance. Prior to access being granted, potential offerors must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement, along with a letter from the Data Custodian designated on that form, authorizing access to whomever will be reviewing the library. Address the request to: ATTN: Dennis Jones, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, or via fax to 315-330-1633. The Draft Request for Proposal is expected to be posted for review and comment by potential offerors within the 4th Quarter of Government Fiscal Year 2010. The formal solicitation is also expected to be released within the 4th Quarter of the Government fiscal year 2010. 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. All submissions must be addressed to Janis Norelli, AFRL/RIB, 26 Electronic Parkway, Rome NY 13440 and must be received by 3:00 P.M., EST on 10 Jun 2010. Responses must reference the solicitation number, and contain the respondent's Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statement of capabilities, technical questions should be directed to the Laboratory Program Manager for this indefinite-delivery, indefinite-quantity effort, Linda Lehman at (315) 330-4150, email: Linda.Lehman@rl.af.mil, the ITAC Program Manager, or Dennis Jones at (315) 330-4489, email: Dennis.Jones@rl.af.mil. Any contractual questions or questions concerning this Sources Sought Notice may be directed to the Contract Specialist, Brian Shepard at 315-330-1729, Brian.Shepard@rl.af.mil or the Contracting Officer, Lori L. Anguilli at 315-330-1955, Lori.Anguilli@rl.af.mil. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Lori L. Anguilli, (315) 330-1955, Lori.Anguilli@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (AUG 2005) will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Susan Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level, may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contract Specialist. NOTE: Due to limitations of the FedBizOpps website, the Government is unable to post both the Sources Sought and Pre-Solicitation Notices using the same Solicitation Number. Therefore, the Government is posting the Sources Sought Notice at Solicitation Number "E01479_ITAC", which will contain only the Sources Sought Notice and all modifications thereto. The Pre-Solicitation Notice, Draft Request for Proposal (DRFP), if applicable, Request for Proposal and any additional updates will be posted to a Solicitation Number to be determined at a later date. All prospective offerors are instructed to continue to routinely monitor and register under Solicitation Number E01479_ITAC. At the time of the posting of the Pre-solicitation Notice, this Sources Sought Notice will be modified to identify the Pre-Solicitation number. Contracting Office Address: AFRL/Information Directorate 26 Electronic Parkway Rome, New York 13441-4514 Primary Point of Contact.: Brian D. Shepard Contract Specialist Brian.Shepard@rl.af.mil Phone: 315/330-1729 Fax: 315/330-8148
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/E01479_ITAC/listing.html)
 
Record
SN02161103-W 20100528/100526235326-7014effdb3015ab94f2db447e07a5fc4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.