Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SPECIAL NOTICE

A -- Joint Space Operations Center (JSpOC) Mission System (JMS) Industry Day Announcement and Request for Information (RFI) - JMS Industry Day and RFI Attachments

Notice Date
7/15/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
11-73
 
Archive Date
9/15/2011
 
Point of Contact
Paula Reele, Phone: 3104161522, Thomas Snyder,
 
E-Mail Address
paula.reele@us.af.mil, thomas.snyder@losangeles.af.mil
(paula.reele@us.af.mil, thomas.snyder@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: Joint Space Operations Center (JSpOC) Mission System (JMS) Industry Day Announcement and Request for Information (RFI) SOLICITATION #: N/A DUE: NLT 1200 PDT on 25 August 2011 POCs: Capt Paula Reele (paula.reele@us.af.mil) and Capt Tom Snyder (thomas.snyder@us.af.mil), Technical Advisors; Mr. Roy Lee, (310) 416-1643, (roy.lee@losangeles.af.mil), Procurement Contracting Officer. DOCUMENT TYPE: Request for Information (RFI) 1 OVERVIEW: The Space Superiority Systems Directorate (SMC/SY) is soliciting information on potential risk-reduction solutions in support of JMS capability needs as well as soliciting feedback on its Service Oriented Architecture (SOA) design and implementation approach. Although SMC/SY is primarily interested in risk-reduction solutions that could contribute to the modernization of the current Space Defense Operations Center (SPADOC) system and associated capabilities, SMC/SY is also interested in any potential JMS-related advanced Space Situational Awareness (SSA) solutions. SMC/SY is also announcing its intent to host an Industry Day on 11 August 2011 to discuss SMC/SY's approach to implementing the JMS Program. THIS ANNOUNCEMENT CONSTITUTES THE CALL FOR CONCEPT DATA AND FEEDBACK ONLY. DO NOT SEND A PROPOSAL. This is a request for information purposes only. As such, it is not a commitment on the part of SMC/SY for any specific work. Responses to this RFI do not ensure participation in any future actions. 2 JMS OVERVIEW: JMS Mission Description: The JMS Program will support the Joint Functional Component Command for Space (JFCC-SPACE) mission to continuously coordinate, plan, integrate, synchronize, and execute space operations to provide tailored, responsive, space effects and deny the enemy the ability to do the same in support of national objectives and the Combatant Commanders. The initial focus for the JMS Program is the identification and development of existing applications that are primarily geared toward the modernization of the SPADOC system and associated capabilities (i.e., Special Perturbations [SP] Tasker, Astrodynamic Support Workstation [ASW], etc.). The key functions to be immediately modernized are as follows: • Space surveillance - space catalog maintenance (General Perturbations /normal accuracy), Special Perturbations, orbit determination, observation processing, and space event processing (launches, maneuvers, breakups, reentries, proximity operations, etc.) • Space command and control (C2) - space order of battle, sensor status reporting, and space surveillance network (SSN) sensor tasking • Space defense - support for integrated threat warning and attack assessment (ITW/AA), generation of warning messages for space threats JMS is a mission-critical system that will include software applications, databases, local and geographically distributed hardware, client workstations, and local area networks that are hosted on an open, scalable, network-centric architecture compatible with Net-Centric Enterprise Services (NCES). JMS will exchange information, via the Global Information Grid, using net-centric capabilities as available. The system will interact with and consume data from: Legacy systems, the SSN, Intelligence Community data and analysis systems, satellite command and control systems, missile warning and defense asset management systems, space environmental data and systems, and defensive counterspace assets. JMS Infrastructure: The JMS will be built on a SOA infrastructure that will provide a net-centric collaborative information environment. The system will be required to operate at and support users across four security domains: Special Access Program/Special Access Required (SAP/SAR), Collateral Top Secret (TS)/Sensitive Compartmented Information (SCI), Collateral Secret, and Unclassified levels. The JMS SOA Capability Package 0 (CP 0) will provide the initial foundation and infrastructure of the JMS Program. CP 0 was a risk reduction prototype that proved to be sufficiently robust in design to justify a transition to an operational capability as the initial infrastructure on both SIPRNET and JWICS. JMS CP 0 delivers a common SOA infrastructure, core services and the Space User Defined Operational Picture (UDOP). Some initial JMS services have also been integrated, developed and orchestrated to support the JSpOC. Any described applications must be capable of being implemented using a set of approved astrodynamic standards. These final standards have not yet been identified. Therefore, while applications may initially use any set of astrodynamic algorithms, the algorithmic implementations must be loosely-coupled and be capable of switching to other algorithms upon determination of the final set. The primary integration point for JMS is the SMC/SYFD CP 0 (i.e., the JMS evaluation SOA). Application Program Interfaces (APIs) are specified through the JMS Integration Specification Release 0 (Attachment G) and the UDOP Software Development Kit (not available at this time). Each application will also be required to specify their web-service interaction in the form of a standard Service Specification. All applications that integrate into the CP 0 environment will be designed to these specifications. Preliminary JMS Implementation Plan: The preliminary JMS implementation plan includes four key elements: 1) the continued enhancement and improvement of the JMS CP 0 SOA infrastructure, 2) the integration of existing government- and industry-developed applications into the CP 0 SOA infrastructure, 3) the development and fielding of additional applications (if desired applications do not currently exist), and 4) the acquisition of a single integrating entity to manage applications as well as improve and maintain the CP 0 SOA infrastructure. The first element, the continued enhancement and improvement of the JMS CP 0 SOA infrastructure, is currently managed by SMC/SY and the Air Force Research Laboratory (AFRL). The industry feedback received in response to this RFI will help shape this element by providing SMC/SY with an understanding of how to best improve on and evolve its infrastructure to better facilitate the integration of industry applications. The second element is the fielding of existing government- and industry-developed applications into the CP 0 environment. The responses to this RFI are critical to this process and will help identify the applications and capabilities that are currently available for delivery from industry with little or no additional development required. If suitable applications exist, SMC/SY will investigate options for the potential integration of these applications into the CP 0 environment. The third element, the development and fielding of additional applications, will only take place if applications supporting specific capabilities do not currently exist. To determine what is available, SMC/SY is reaching out to industry through this RFI and to government through a parallel Data Call. The final element is the acquisition of an integration organization. The planned scope for this contract is the management of applications as well as the continued integration and improvement of the CP 0 SOA infrastructure. 3 INDUSTRY DAY INSTRUCTIONS: Offerors interested in participating in the Industry Day must pre-coordinate their visit with SMC/SY security and the Industry Day POCs. In order to meet security requirements, the following registration process must be completed by 1600 PST on 28 July 2011. How to Register for the Industry Day: 1. Visit the following registration page: https://einvitations.afit.edu/JMSIndustryDay/anim.cfm 2. R.S.V.P. by selecting the "Click Here to R.S.V.P." button at the bottom of the page. This process generates the official attendance roster and collects contact information for future updates. Please double-check the information you provide as this will be the only way the Industry Day POCs will have to contact you. 3. Please follow the instructions in Attachment A, Industry Day Security Clearance Form. Submit the typed and signed forms to SMC/SY security. This is a mandatory step for all attendees (except SMC/SY personnel physically located in Aerospace Buildings A-5 and A-8). 4. Please limit attendance to 3 - 4 people per corporation/organization. If the conference room attendance limit is reached, Industry Day POCs will have to further limit the number of attendees per corporation/organization. The Industry Day will be held at the SECRET/NOFORN// level. Upon arrival, please check in at the A-8 lobby (1st floor) to receive a badge. Parking for this Industry Day is at the Aerospace Corporation. Parking is limited so carpooling is strongly recommended. The address for the Aerospace Corporation is 2310 E. El Segundo Blvd, El Segundo, CA. Maps and instructions are available for download at the registration website. For questions regarding logistics for the Industry Day, please contact Capt Tom Snyder (thomas.snyder@us.af.mil). Note: SMC/SY will not include one-on-one sessions as part of the JMS Industry Day. SMC/SY will however accept questions and will attempt to answer those questions at the Industry Day. Please send all questions to Capt Paula Reele (paula.reele@us.af.mil) by COB on 28 July 2011. 4 RFI INSTRUCTIONS: This RFI is made up of two sections: 1) Application Solutions for JMS Capability Needs and 2) Feedback on JMS CP 0 SOA Design and Implementation Approach. Section 1: Application Solutions for JMS Capability Needs: a) Overview: SMC/SY is requesting information from industry on potential risk-reduction application solutions in support of the JMS capability needs. Although SMC/SY is primarily interested in risk-reduction solutions that could contribute to the modernization of the current SPADOC system and associated capabilities, SMC/SY is also interested in any potential JMS-related advanced SSA solutions. The requirements related to the modernization of the SPADOC system and associated capabilities are documented in the classified Air Force Space Command (AFPSC) Functional Requirements Description (FRD) as well as in Attachment B, JMS Capability Needs. The applications proposed should be "as-is" solutions requiring little to no additional development investment. They also must integrate into the JMS CP 0 SOA environment, described in Attachment D, in accordance with the provided JMS Integration Specification Release 0 (Attachment G). b) Response Content Requirements: For each application, the offeror shall: 1) Provide a fully completed copy of the Battlespace Evaluation and Assessment SSA Test Bed (BEAST) Capability Survey (Attachment C, BEAST Capability Survey) in PDF, and 2) provide a PowerPoint presentation (in PDF) covering the application's operational architecture, physical architecture, workflow, and integration schedule as well as recommendations on how SMC/SY would acquire and sustain the application. Please include a cover letter (see RFI Response Instructions for cover letter details) with all submittals and limit the BEAST Capability Survey to 25 pages (excluding attachments) and the PowerPoint presentation to 10 slides per application. Multiple applications may be submitted by each offeror in response to this announcement. Please note that the SMC/SY team has access to the whitepapers submitted in response to the 2009 JMS 1.0, Integration and Infrastructure, Sources Sought Notice. Therefore, please provide only additional clarifying details in place of resubmitting the original documentation. Section 2: Feedback on JMS CP 0 SOA Design and Implementation Approach: a) Overview: SMC/SY is requesting feedback on its JMS CP 0 SOA design and implementation approach as well as feedback on the quality and ease of use of the JMS Integration Specification Release 0 (Attachment G). Specific areas of interest include security implementation, data management approach, and user interfaces. SMC/SY does not plan to replace the JMS CP 0 infrastructure. However, SMC/SY is soliciting feedback on the ability of this infrastructure to evolve for advanced mission support as well as feedback on how to best implement improvements to this infrastructure in order to better facilitate the integration of industry applications. Additional details on the CP 0 SOA design and implementation can be found in Attachment D, JMS CP 0 SOA Overview. b) Response Content Requirements: All feedback for Section 2 shall be submitted as a whitepaper in PDF. Please include a cover letter (see RFI Response Instructions for cover letter details) with all submittals and limit responses to 10 pages (single spaced, double-sided, 8.5 by 11-inch pages with easy to read font no smaller than 12 pitch fixed or proportional font size 10 or larger). Note: Please be advised that the Aerospace Corporation, MITRE, Massachusetts Institute of Technology Lincoln Laboratory (MIT LL), Carnegie Melon Software Engineering Institute (CM/SEI) and existing SMC/SY SETA support (e.g., Integrity Applications Incorporated, PRKK, Scitor, Schafer, Science Applications International Corporation (SAIC), TASC) will be assisting in the Government review of the submitted data. If you believe that a potential conflict of interest exists, or you have other concerns, contact Mr. Roy Lee, Procurement Contracting Officer, (310) 416-1643 (roy.lee@losangeles.af.mil), as soon as possible, but no later than one week prior to the due date. RFI Response Instructions: Offerors responding to this RFI are encouraged to submit descriptions of existing JMS-related applications and/or submit feedback on SMC/SY's SOA design and implementation approach. Offerors are not required to provide both existing applications information and infrastructure feedback. All responses shall be in PDF. They should include a cover letter that references this RFI number and states whether the offeror is submitting an application or providing infrastructure feedback. The cover letter should also provide technical and contracting points of contact (including name, phone number, and email address), CAGE code, and include a statement indicating if the firm is a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a HUB Zone certified business, a Woman-Owned Business concern, a veteran-owned small business, or a service-disabled veteran-owned small business. The NAICS and size standard relating to Application Solutions is 541712 and 1,000 personnel respectively. The cover letter must be signed and dated by an authorized official of the organization. Response by and participation from appropriately qualified small and small disadvantaged businesses is highly encouraged. Unclassified responses to this announcement may be submitted on CD-R (Read-Write media will not be accepted) by mail to Capt. Paula Reele, SMC/SY, 483 N. Aviation Blvd, Bldg A-5, El Segundo, CA 90245. Unclassified responses may also be submitted by email to Capt Paula Reele at paula.reele@us.af.mil. Offerors submitting classified responses must pre-coordinate with Mr. Reginald King at (310) 416-1578 (reginald.king@losangeles.af.mil) before submitting. Please contact Mr. King no later than two weeks prior to the due date (i.e., August 11, 2011). Note: No contract awards will be made from this RFI. The cost of preparing responses to this announcement is not considered an allowable direct charge to any contract. Foreign or foreign-owned offerors are advised that their participation is subject to a foreign disclosure review. Foreign or foreign-owned offerors should immediately contact the contracting focal point, SMC/SYPK, Los Angeles AFB, CA: Mr. Roy Lee, Procurement Contracting Officer, (310) 416-1643 (roy.lee@losangeles.af.mil). 5 OMBUDSMAN: BE ADVISED: An Ombudsman has been appointed to hear concerns from potential Offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal planning phase of this acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of proposals or the source selection process for this acquisition. The Ombudsman is Mr. James Gill, phone number (310) 653-1789. 6 POINTS OF CONTACT: Questions should be communicated directly to the technical advisors, Capt Paula Reele (paula.reele@us.af.mil) and Capt Tom Snyder (thomas.snyder@us.af.mil); or to the Procurement Contracting Officer, Mr. Roy Lee (roy.lee@losangeles.af.mil). 7 ATTACHMENTS: • Attachment A - Industry Day Security Clearance Form • Attachment B - JMS Capability Needs • Attachment C - BEAST Capability Survey • Attachment D - JMS CP 0 SOA Overview • Attachment E - BEAST Overview • Attachment F - UDOP Overview • Attachment G - JMS Integration Spec Release 0
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-73/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN02499982-W 20110717/110715234754-fb45d7364708dd54823689915b55ce11 (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.