Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOLICITATION NOTICE

R -- Systems Engineering & Evaluations, System Analysis Worldwide 6 (SEESAW 6)

Notice Date
3/22/2011
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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
FA8750-12-R-0001
 
Point of Contact
John McCanney, Phone: 315-330-1403
 
E-Mail Address
John.McCanney@rl.af.mil
(John.McCanney@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Research Laboratory (AFRL) Information Directorate has a requirement to provide life cycle software development engineering to Department of Defense Intelligence Information System (DoDIIS) and US Intelligence Community World Wide. The objective of this effort has three main focus areas and their respective components. These areas are (1) Technical Program Office Support, (2) Intelligence Analysis, and (3) Engineering Operations and Maintenance. The focus areas include providing studies, analyses, designs, development, recommendations, enhancements, integration management, configuration management, testing and evaluation of existing/new systems and their transition into the operational environment, software/hardware installation, and system /network administration and operation. Technical Program Office Support: Design, develop, and implement lifecycle systems engineering support for the information/intelligence requirements of AFRL, DoDIIS and intelligence community. Includes user requirements definition, prototype and demonstration, concept analysis and alternatives assessment, and technology evaluation. Technical Program Offices include, but not limited to, Joint Targeting Toolkit (JTT), Web Temporal Analysis System (WebTAS), Disaster Recovery Program (DRP), Messaging Information Services and Tools for the Intelligence Community (MISTIC), and Life Cycle Engineering and Technical Support (LETS). Intelligence Analysis: Review, investigate, provide technical analysis of the government's functional requirements, document and further breakout/detail the requirements. Develop, compare and evaluate concepts or alternatives to meet or exceed requirements to develop and implement prototypes and demonstrations to test or show the validity of the concept and to provide technical assessment of alternatives to the government. Analysis activities support Air Force Research Laboratory (AFRL), Defense Intelligence Agency (DIA), Air Force Command and Control Integration Center (AFC2IC), Air Combat Command (ACC) and other intelligence community customers. Engineering Operations and Maintenance: Perform general operation, maintenance and administration of data and information components, products or systems (hereinafter referred to as systems); including engineering to address O&M problems. This effort is required to support information/intelligence requirements of AFRL, DIA, AFC2IC, ACC and other intelligence community customers. This effort will mainly be to utilize the software engineering lifecycle process to implement and integrate a cohesive approach for the development and maintenance of program requirements. The work includes any or all life cycle phases, including, but not limited to analytical studies, system feasibility studies, technical support to system design, engineering efforts, system trade-off studies, design efforts for experimental demonstration efforts, software specification efforts, limited software development efforts to maintain existing systems, system simulations, component and systems integration, test and evaluation analysis, prototyping, functional evaluations of installed systems, and system analysis. In the course of performance, the Contractor will interface with various agencies at various DODIIS and U.S. Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Community sites worldwide via short term visits and electronic means in the Washington DC area, Hampton VA, and U.S. Intelligence Community sites worldwide including Iraq, Afghanistan, Kuwait, Korea, UK, Canada, Qatar, Germany and Japan and other hazardous and non-hazardous locations. On-site support is currently required in Germany, Colorado Springs CO, San Antonio TX, the Washington DC area (MD, VA, and DC), Boston MA, and AFRL Rome Research Site, Rome NY to provide analysis, design, development, integration, testing, and evaluation of DODIIS Information Technology (IT) and to U.S. C4ISR Community systems and activities. Under the current contract, the work requires a SECRET facility clearance and approximately 100 personnel with TOP SECRET / SCI security clearances. Based on current estimates, approximately 6-9 personnel with Top Secret SCI clearances will be required for performance at time of award. An additional estimated twenty (20) cleared personnel are estimated within the first thirty (30) days of award, and another additional twenty-three (23) cleared personnel within forty-five (45) days of award in the Rome NY and the Washington DC/Langley VA area. Foreign participation is excluded at the prime contractor level, unless authorized through a current approved National Interest Determination (NID). 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 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 (4) 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 by whomever will be reviewing the library. Address the request to: ATTN: Donna Toole, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, via fax to 315-330-3972, or email Donna.Toole@rl.af.mil. Anticipated deliverables include computer software, technical documentation and technical reports. An Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Cost-Plus-Fixed-Fee/Firm-Fixed-Price (CPFF/FFP) completion contract is contemplated. The total ordering period for this contract will be forty-eight (48) months and the acquiring agency anticipates that approximately $49.9 million will be sufficient to cover orders for the duration of the ordering period. The North American Industry Classification System (NAICS) code for this acquisition is 541511. The small business size standard for this code is 500 employees. Evaluation of the small business capability packages received in response to the previous Sources Sought notice resulted in a determination that a small business set-aside was not appropriate. The successful offeror will be selected as a result of full and open competition. 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 (APR 2010) 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: Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. 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. THE ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fedbizopps.gov/. 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 "Add To Watchlist" button at the top of this announcement in 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 John.McCanney@rl.af.mil in order to be placed on the List of Registered Parties. Include your company's 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 FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All responsible sources may submit a proposal in response to the RFP which shall be considered. The Draft Request for Proposal is expected to be posted for review and comment by potential offerors on or around 12 MAY 2011. The formal solicitation is expected to be released on or around 24 JUN 2011. Any questions concerning clarifications of the terms and conditions should be communicated directly to the Contract Specialist, John McCanney at (315) 330-1403 or the Contracting Officer, Lori L. Anguilli at (315) 330-1955. Technical questions should be directed to the SEESAW Program Manager, Donna M. Toole at (315) 330-3972. Any contractual questions or questions concerning this Pre-solicitation Notice may be directed to the Contract Specialist, John McCanney at (315) 330-1403, John.McCanney@rl.af.mil or the Contracting Officer, Lori L. Anguilli at (315) 330-1955, Lori.Anguilli@rl.af.mil. Contracting Office Address: AFRL/Information Directorate 26 Electronic Parkway Rome, New York 13441-4514 Primary Point of Contact.: John P. McCanney Contract Specialist John.McCanney@rl.af.mil Phone: (315) 330-1403 Fax: (315) 330-8216
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-12-R-0001/listing.html)
 
Record
SN02406910-W 20110324/110322234850-84da5bcab920bf53d87d416ca9c4992a (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.