Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2010 FBO #3262
SPECIAL NOTICE

R -- Empire Challenge 2011 - Empire Challenge 2011

Notice Date
10/28/2010
 
Notice Type
Special Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
Request_for_Information
 
Archive Date
11/25/2010
 
Point of Contact
Kimberly Dávila, , Allison Richards,
 
E-Mail Address
kimberly.davila@dia.mil, allison.richardson@dia.mil
(kimberly.davila@dia.mil, allison.richardson@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Description Synopsis: This announcement is for the Empire Challenge 2011 (EC11) Event scheduled for live execution 20 Jun-1 Jul 2011. Empire Challenge is an Under Secretary of Defense for Intelligence (USD(I)) sponsored, U.S. Joint Forces Command (USJFCOM) executed joint/combined Intelligence, Surveillance and Reconnaissance (ISR) interoperability demonstration. EC11 will focus on improving ISR support to operational and tactical forces, and enhancing multinational intelligence information sharing, including information sharing with multinational government and non-government activities, with particular emphasis on the Defense Intelligence Information Enterprise (DI2E). This announcement is not a request for proposal; no contract award shall be made as a result of this announcement. Added: Empire Challenge 2011 1. Event Description EC11 will consist of ISR interoperability events using a combination of live, laboratory, and modeling & simulation activities, to demonstrate and assess potential solutions to identified warfigher ISR requirements, including multinational requirements from Afghanistan. EC11 will conduct operations simulating elements of a multinational force, with an emphasis at the Joint Task Force (JTF)-level and below, in an operationally representative, live environment. EC11 is scheduled for live execution 20 Jun-1 Jul 2011 at Ft Huachuca, AZ, and other distributed venues. 2. Joint Capability Threads and Objectives EC11 Joint Capability Threads (JCTs) are supported by associated objectives developed at the Concept Development Conference (CDC), and based on inputs from USD/(I), Service, Defense Agency, and Coalition Community stakeholders. The JCTs and baseline objectives reflect the following themes: a. Defense Intelligence Information Enterprise (DI2E) Interoperability: The DI2E is a cross-domain, globally-connected, agile intelligence information enterprise that meets the needs of Combatant Commanders, as well as Joint Task Forces and Services, and is designed to maximize their access to and sharing of intelligence information. The DI2E consists of the Joint Intelligence Operations Center-Information Technology (JIOC-IT) and Distributed Common Ground / Surface System (DCGS) Enterprises. The DI2E seeks to seamlessly incorporate important new capabilities in the emerging intelligence community architectures. i. Provide measurable artifacts enabling assessment of JIOC-IT and DCGS Enterprises interoperability using existing and new alternative operational mission threads. ii. Demonstrate interoperability of JIOC-IT and DCGS Enterprises with multinational and whole-of-government partners. iii. Demonstrate ISR Management (ISRM) across the enterprise and with multinational partners using existing and new alternative operational mission threads to develop pre-defined and ad hoc ISR products. iv. Demonstrate and assess the DI2E Framework - core infrastructure services, Apps store, and others. v. Integrate CI/HUMINT tools and net-enabling capabilities within the DI2E Enterprise and C2 architecture, to maximize access to and sharing of CI/HUMINT intelligence information. b. National-to-Tactical Interoperability and to Support Full-Spectrum Operations: Use of national assets to support operational and tactical operations. Ensure data is disseminated to appropriate C4ISR elements. i. Institutionalize Airborne Overhead Cooperative Operations (AOCO) by addressing actions in AOCO DOTMLPF Change Recommendation (DCR) Joint Requirements Oversight Council Memorandum (JROCM) 101-10. ii. Expand demonstration of soldier hand-held devices and applications. iii. Demonstrate the capability to employ commercial Space-based assets to support targeting in operational timelines. iv. Demonstrate integration of the Integrated Broadcast Service (IBS) into the Coalition Four Eyes (CFE) Common Operational Picture (COP). c. Wide Area/Persistent Surveillance (WAPS) Support to Operational and Tactical Forces: Gain universal insight into end-to-end Tasking, Processing, Exploitation and Dissemination (TPED) operations, analysis, fusion and production management for the full spectrum of Wide Area Surveillance (WAS) requirements, missions and assets. Demonstrate multi-INT and multi-level tasking, feedback and evaluation Tactics, Techniques and Procedures (TTPs) to drive the appropriate level tasking regardless of asset ownership and demonstration of effective data standards and data tagging procedures to facilitate the discovery, integration, retention and sharing of WAS data and information as well as visualization of WAS derived information via the COP i. Demonstrate the ability to conduct WAPS in a coalition environment. ii. Refine collection & TPED management processes and TTPs to enable tasking of International Security Assistance Force (ISAF) ISR assets to provide WAPS over key terrain for a specified period. iii. Manage, store and disseminate large persistent data sets to the DI2E and warfighter at the tactical edge. iv. Automate/assist in the processing of WAPS data to alert operators to potential targets of interest. v. Integrate combined/coalition multi-INT sensors and PED nodes to enable tipping and cuing to provide WAPS. d. Intelligence Information Sharing With Multinational Government and Non-Government Activities: The process of providing ISR support to non-military operations (i.e. Natural Disaster Relief). Improved situational awareness for decision-makers to include civil leaders (i.e. host-nation officials), military commanders and humanitarian support organizations (e.g. Red Cross/Crescent). i. Create an open information sharing environment. ii. Develop a means for validation of information obtained through open sources. iii. Develop a method of tagging open-source information for ingestion into Coalition systems. iv. Automated exchange of ISR data to support stability operations e. Enhanced ISR-C2 System Interoperability to Support Operational and Tactical Forces: Integrate ISR and C2 systems for a complete battlefield snapshot with the intended result of improved situational awareness from space to tactical levels. i. Improve joint, coalition and multinational forces interoperability across domains between C2 systems, Service DCGS, and the DI2E. ii. Enhance information sharing to support increased situation awareness, lethal and non-lethal effects, and force protection. iii. Provide total asset management for ISR support to targeting, mission planning, and mission execution. 3. Coalition Participation Coalition participation is key to the success of EC11. The anticipated international participants include Australia, Canada, New Zealand, United Kingdom, and NATO and ISAF-member nations. Command echelons to be simulated include: Multinational HQ; COCOM JIOC Response Cell; an ISAF Regional Command-like command entity; a Multinational Brigade Combat Team TOC (Live); and, US, UK and Canadian Forward Operating Bases (FOBs). 4. Milestones Subject to changes, the following milestones are to be used for planning purposes: a. Capability Submission Deadline: 12 Nov 10 b. Capability Selection: mid-late Nov 10 c. Initial Planning Conference (IPC): 29 Nov-3 Dec 10, Virginia Beach, VA d. Mid Planning Conference (MPC): 31 January - 4 February 11, Fort Huachuca, AZ e. Final Planning Conference (FPC): 21-25 March 11, Virginia Beach, VA (Note: The Monday of each primary planning conference week is dedicated to classified and multinational working group sessions at a location TBA.) f. EC11 Execution (Ft Huachuca, AZ, and multiple distributed locations in CONUS4 and overseas): 23 May-3 June 11 5. A maximum of 25 Capability Insertions are expected for ultimate selection and participation in EC11. All submissions will undergo extensive adjudication based on the requirements below. 6. Capability Submission Requirements a. Each submission must meet all the following criteria in order to be considered for participation in EC11: 1) Have a government/agency sponsor. 2) Be self-funded. 3) Define how capability supports the EC11 objectives above. 4) Participate in EC11 spiral development events. 5) Agree to provide information to coalition, multi-national and inter-agency partners. 6) Undergo a Net-Centric Data Sharing &Services (or similar assessment type), depending on program maturity. 7) Have obtained a minimum technical readiness level (TRL) of 5 (optimally 6 and/or Milestone B or higher). 8) Identify any existing International Traffic in Arms Regulations (ITAR) restrictions. 9) Provide sample data. A naming convention and metadata tagging guide will be provided. 10) Participate in a telephonic or in-person interview during the selection process. b. Accepted Capabilities must provide defined concept of operations (CONOPS) and TTPs to support the event planning process, no later than the MPC. c. Capabilities must also work to ensure interoperability with the DI2E. d. Documentation and information submitted to JFCOM by capabilities are considered and will be handled as "non-proprietary." e. Military or government civilian personnel will operate the capabilities during the execution phases. Required training and documentation will be provided by the capability at each EC11 event site (where technology is demonstrated). EC11 funds will not be provided for training. f. Capabilities will be required to provide on-site technical and operational representation throughout the EC11 planning and execution phases. EC11 funds will not be used to support this effort. g. Capabilities will be required to sign an Information and Data Sharing Understanding. The purpose of this document is to protect proprietary and sensitive information. 7. Networks EC11 networks will simulate the current operational ISAF networks, to include bandwidth and other limitations, to the greatest degree possible. Additionally, EC11 will primarily execute on a multi-national network. EC11 will provide various configurations to support operations at SCI, U.S.-only SECRET, ISAF Mission SECRET and UNCLAS levels and associated networks. 8. Accreditation Candidates must use the DoD Information Assurance Certification and Accreditation Process (DIACAP), DoD Instruction 8510.01, to request and obtain Interim Authority to Test (IATT) on EC11 developmental networks for the execution phase of the event. Systems with an Authority to Operate (ATO), interim ATO (IATO) or IATT from a designated accreditation authority (DAA) will only need to submit accreditation documentation. Information Assurance (IA) controls addressed by enclave(s) are required to be published. The completion date for accreditation for network nodes will be provided by the EC11 IPC. 9. Security a. The following security requirements exist for all EC11 participants: 1) DoD SECRET clearance (at a minimum) 2) NATO SECRET clearance (all those participating at the CJTF level) 3) TS/SCI clearance (as applicable) b. All information and data will be handled in accordance with the Proper Use Memorandum (PUM) for ISR Derived Domestic GEOINT, Domestic Imagery Release (DIR) Policy, Freedom of Information Act (FOIA) and the various National Agency Distribution Guides. 10. Submission Format and Due Date a. Each proposed capability will submit a two-page white paper and a PowerPoint quad chart. The white paper (Arial, 12pt, 1" margins) must: 1) Describe capability functionality. 2) Identify specific support to JCTs and Objectives (paragraph 2 above). 3) Provide answers to capability requirements (paragraph 6 above). 4) Identify requirements for networks and communications, asset and personnel support. 5) Provide contact information for program and technical POCs. b. The quad chart must include a summary of white paper content (upper left); identification of JCT and Objectives support (lower left); a capability OV1 with information data flow (upper right); and, a description of capability maturity, funding status and support requirements (lower right). c. Classified capability submissions will be accepted. d. Capability submissions must be provided via email no later than 10:00am Wednesday, 10 November 2010 to Allison Richards at allison.richards@dia.mil and Kimberly Davila at kimberly.davila@dia.mil. No hard copies will be accepted, only email. I e. All questions shall be submitted, in writing, no later than 12:00pm Friday, 5 November 2010 to Allison Richards at allison.richards@dia.mil and Kimberly Davila at kimberly.davila@dia.mil. No phone calls will be accepted. 11. This announcement is not a request for proposal; no contract award shall be made as a result of this announcement. 12. Responses Interested vendors shall email a capability statement in response to the requested information above prior to 10:00am Wednesday, 10 November 2010. Submissions shall be limited to 25 one-sided pages and should be Office 2007 compatible. All submissions must be sent via email and will be printed in black and white, with one inch margin on the top, bottom, left and right in a 12 point font, single line spacing. Each footer shall be 10 point font or larger and must contain the Offeror's name and page number as well as total pages (Offeror X, Page 1 of 5, etc.). Colored graphs and intricate drawings are discouraged. Submissions will not be returned. Responses should include, but are not limited, to the following: (1) Offeror's full company name and mailing address. (2) Point of contact's name, email address and telephone number. (3) Socio-economic status under the NAICS 541690 (e.g., small business, etc.). (4) Offeror's CAGE to verify the Offeror's facility clearance as well as the CAGE of any possible subcontractor. (5) Explanation of contractor's DOD cleared personnel. (6) Experience, preferably within the past three years as a prime contractor, as it relates to this anticipated requirement. Include: name of project, brief description of project, contract type, client (agency/company name), dollar value, and period of performance. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This Is Not a Request for Proposals. The Government will not award a Purchase order or Contract based upon vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Respondents will not be notified of the results of this evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/Request_for_Information/listing.html)
 
Place of Performance
Address: Ft Huachuca, Arizona, United States
 
Record
SN02318288-W 20101030/101028233848-231a0e8c3dd9f21f78b69f652f147d16 (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.