Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOURCES SOUGHT

A -- Exposure, Exploitation and Data Dissemination (E2D2) - E2D2 Requirements - E2D2 Definitions - OCI MFR

Notice Date
9/14/2011
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-11-R-8002
 
Archive Date
10/13/2011
 
Point of Contact
Russell J Shaw, Phone: 719 567-3811
 
E-Mail Address
russell.shaw@schriever.af.mil
(russell.shaw@schriever.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The attached is the OCI memorandum for the E2D2 Sources Sought. The attached are the definitions used for the E2D2 Sources Sought. The attached are the requirements for the E2D2 Sources Sought. The 50th Contracting Squadron at Schriever Air Force Base (SAFB), Colorado, is conducting market research in order to capture market capabilities with respect to the E2D2 requirements as listed below. This Sources Sought Notice is issued for the purpose of market research IAW Federal Acquisition Regulation (FAR) Part 10. All large and small businesses capable of providing these services are encouraged to respond. Respondents to this notice should indicate whether they qualify as a large or small business under NAICS Code 541990 - All Other Professional, Scientific, and Technical Services - size standard $7.0M. Small business respondents should indicate whether they are a small disadvantaged business, 8(a), HUB-Zone certified, small disabled veteran, a woman-owned, or a Historically Black College or University. Service Characteristics The Space Innovation and Development Center (SIDC) is the innovation arm of Air Force Space Command. The mission of the SIDC is to advance warfighter success through innovation and integration of capability. One of the focus areas within the SIDC is the research and development of data fusion techniques for OPIR as well as other sensor data. OPIR provides the capability to identify sources of infrared signatures anywhere on the globe. This capability is critical to our national security. In addition, previous R&D efforts have proven that fusion of OPIR data with other available data can provide a more defined and accurate operational picture. The deployment of existing and more capable space sensors has also contributed to the need to further explore the fusing of data to improve our ability to identify objects. Performance under this effort will include annual O&M work to integrate existing technologies and efforts for the exploration and presentation of approaches in a research and development environment for collecting, processing and exploiting end-to end development OPIR ground stations and sensors with various existing OPIR assets. The approach to E2D2 requirements follows a logical flow to the Tasking, Collecting, Processing, Exploitation and Dissemination (TCPED) model. The contractor will be required to demonstrate the end-to-end process starting with collecting all the way through to possible dissemination. Following this model, the first step is Tasking. Although the contractor is not required to demonstrate "tasking" events, he/she will be required to know and understand all OPIR assets, and know which taskings belong to which assets. The second step in the model is Collecting. The contractor shall collect existing data from OPIR and intelligence assets. In the third step, Processing, the contractor will be required to process new data sources while applying innovative processing techniques. The fourth step is exploitation of the collected and processed data, the contractor may be required to recommend changes to Tactics, Techniques and Procedures (TTPs) all the way up to performing actual algorithm development. In the fifth step, Dissemination, the contractor may be required to present approaches for disseminating the new capability via an operational picture or by other means selected by the government. (See attachment 2) The contractor must, from an overarching perspective, be able to explore and present the following approaches in an R&D environment using the aforementioned logical flow model from end-to-end. 1. The contractor shall explore and present approaches in a research and development environment for collecting data from OPIR ground stations and sensors as well as other select assets for processing. 2. The contractor shall demonstrate the processing of data to obtain new and innovative ways of improving what data/information can be provided for battlespace awareness. 3. The contractor shall exploit and potentially disseminate data after collecting and processing data to provide enhanced battlespace awareness. 4. The contractor shall apply best business practices and a sound program management approach to all efforts placed on contract. In addition, the government has identified seven performance areas that respondents should demonstrate capability performing. (The areas are not listed in any specific order of importance). 1. Tasking, Collecting, Processing, Exploiting and Disseminating (TCPED) System End-to-End Has contractor successfully performed TCPED end-to-end development among OPIR assets and other assets where at least one Ground processor AND at least one Sensor are involved? 2. Fusing of Intelligence Data with Other Intelligence Data Has contractor successfully fused data among the following five types of intelligence: SI, ELINT, IMINT, GEOINT, MASINT? 3. Fusing of OPIR data with Intelligence Data Has contractor successfully fused OPIR data with any the following five intelligence types: SI, ELINT, IMINT, GEOINT, MASINT? 4. Fusion Across OPIR Enterprise (Title 10/Title 50) Has contractor successfully fused data among the various OPIR assets? 5. Cross-Domain Sensor Data Fusion Has contractor successfully demonstrated the fusing of data between sensors in the following four domains: Airborne, Land, Sea, Space? 6. Cross-Domain Network Integration Has contractor successfully performed network integration between the following four network security domains: SIPRNET, JWICS, NMIS, Other? 7. Program Management Has contractor performed Prime Contracting work in the area of data fusion and OPIR on project(s) valued at >$7M over the life of the contract? Note: See Attachment 1 for E2D2 Definitions See Attachment 2 for Requirements See Attachment 3 for Organizational Conflict of Interests (OCI) Information Statement of Capabilities (SO) Submission The E2D2 Contracting Officer is requesting detailed Statements of Capability (SOC), addressing the technical capabilities in corresponding paragraph format as noted above and information regarding Organizational Conflict of Interest (OCI) as described in the Attachment 3. Comments, questions and additional information are requested from all interested parties concerning the proposed acquisition. In order for the Government to thoroughly review and analyze the information provided, it is requested that responses be submitted within 15 days after the posting of this notice. Companies may submit a ten page SOC in Word format. In addition, companies may also submit up to 30 PowerPoint slides (in company's standard format is acceptable) The SOC shall contain company information to include point of contact information, company background, and pertinent and specific information addressing relevant technical capabilities addressed in the attached E2D2 Requirements Document. As part of the briefing, interested parties must include a brief description of relevant contract experience offered to the Government and to commercial customers. Include contract number and description, magnitude, and points of contact for each example provided (name of the POC, address, e-mail, telephone number, and fax number). Submissions may be UNCLASSIFIED or CLASSIFIED (up to TS/SCI) if necessary. UNCLASSIFIED submissions will be submitted electronically to: Russell.shaw@schriever.af.mil. CLASSIFIED SECRET submissions will be submitted to: vonda.fowler@afspc.af.smil.mil. CLASSIFIED TS/SCI submissions will be submitted to: afswfowlv@swc.ic.gov. All classified submissions must comply with the following: 1. Classified Documentation: Shall be prepared and submitted in accordance with applicable National Security policies and guidance documents for Collateral and Sensitive Compartmented Information (SCI) to include: the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22-M), DoD Security Publications, the National Reconnaissance Organization (NRO) Security Classification Guide, the NRO security manual, other applicable DCID/IDC Directives, and Executive Orders. National Security policy and guidance documents can be accessed at https://www.dss.mil/GW/ShowBinary/DSS/isp/industrial_sec.html. Classified documents must be properly marked. All information with a classification marking must identify the derivative or original classifier and cite a source on the face of the document. First, the classifier will be identified in the "Classified By:" line, which will include the organization/office symbol, phone number and date. This is a new requirement for derivative classifiers in accordance with CAPCO V4.2 dated 31 May 2011, footnote 1. Next, the classification source or sources will be identified on the "Derived From:" line. These sources will either be pre-existing classified documents from which information has been extracted or copied, or a classification guide or guides, which provide specific written guidance on what elements of information are classified and why. If there is no guide, Respondees/Offerors do not have the authority to classify information based on "best guesses", "hunches" or "experience" (unless they are a designated Government Original Classification Authority, in which case they will be documenting and reporting their classification decisions based on the criteria delineated in EO 13256, which supersedes EO 12958, effective 29 December 2009). The document must also contain a declassification date or 25 year exemption code (or both), again, based on a pre-existing document or classification guide. If any information in the document is classified, all paragraphs must either be marked with the classification of that paragraph, or, if not classified, marked (U) for "UNCLASSIFIED". If Request for Information is received that does not: • Cite a "Derived From:" source, preferably an existing SCG, PCG, PSD, et al., that is, a Security Classification Guide, Program Classification Guide or Program Security Directive. In the case of "Multiple Sources", the specific sources must be included as an addendum or footnote (this is a changed requirement IAW CAPCO V4.2 dated 31 May 2011, footnote 2); • Include a declassification date (OADR X1-X8, and MR are no longer authorized. 25X1, EO 12951 will be used in lieu of "DCI Only" or "DNI Only", if applicable.. Include a declassification date as indicated by the applicable SCG/PCG/PSD, or, if not is available, a date 25 years from the date of creation of the document being submitted YYYYMMDD format, i.e. "DECL: 20320403"). If conflicting dates arise from using multiple sources, the most restrictive or furthest out date is applied on this line; • Correctly and completely portion mark all paragraphs in the document; It shall be rejected without consideration, as failure to correctly mark a classified document demonstrates that the company submitting the information is ill-prepared to adequately handle and protect classified material. 2. Collateral Classified Data: Use classification and marking guidance provided by previously issued security classification guides, the Information Security Regulation (DoD 5200.1-R), when marking and transmitting information previously classified by another original classification authority. Classified information at the CONFIDENTIAL and SECRET level may be mailed via U.S. Postal Service (USPS) Registered Mail, USPS Express Mail, or or approved contract carriers. All classified information will be enclosed in opaque inner and outer covers and double wrapped. The inner envelope shall be sealed and plainly marked with the assigned classification and addresses of both the sender and addressee. The inner envelope for classified documents shall be addressed to: ATTN: Ms. Lee Ann Backes SIDC/PMO, Room #1701 Phone: 719-567-0708 The outer envelope for classified documents shall be sealed with no identification as to the classification of its contents and addressed to: SIDC/PMO ATTN: Ms. Lee Ann Backes 24 Talon Way Schriever AFB CO 80912 All TOP SECRET, SCI and Communications Security (COMSEC) information and materials should be transmitted through your servicing Special Security Office (SSO) via the Defense Courier Service (DEFCOS) to: (OUTER WRAPPER): 432150 CS00 HKC006 DC7 CS 023 This provides an approved secure means of transmission to SSO SCHRIEVER. Inner wrapper must contain classification, and identify intended recipient by organization, rank, name, building/room number and phone number. Since SSO SCHRIEVER serves all SCI-accredited units on Schriever AFB, the inner wrapper provides them with contact information once they receive and open the article. Organizations under existing NRO contracts can also use Management Services and Operations (MS&O) for transmission of SCI to NOPS SCHRIEVER. Again, contact information is required to ensure proper delivery upon receipt. 3. For classified submissions: Prior to submission, notify Ms. Lee Ann Backes, leeann.backes@us.af.mil, (719)567-0708, that you will be submitting classified documentation and the method you will use for submission. 4. Hand Deliveries: The courier shall deliver the package to the Schriever AFB Visitor Control Center. Couriers must notify the SIDC Security Office in advance in order to have someone meet them at the Visitor Control Center. If they are authorized to enter the base, they can deliver the package directly to the SIDC. The SIDC discourages hand deliveries, preferring electronic submission through JWICS. 5. Overnight Delivery of Secret and Confidential Information: Please keep in mind the Government will not reimburse Respondees for any direct costs incurred as a result of submission of any documentation in response to this RFI. Twelve current holders of the General Services Administration carrier contract are approved for overnight domestic express delivery of Secret and Confidential information to and among contractor facilities and U.S. Government Agencies. The Information Security Oversight Office made this policy determination in March 10, 2004 correspondence with the Deputy Under Secretary of Defense, Counterintelligence and Security. Additional information can be viewed at http://www.archives.gov/isoo/faqs/classified-transmission.html: Air Freight Plus, Inc. AirNet Systems, Inc. Associated Global Systems, Inc. Astar USA, LLC CorTrans Logistics, LLC D.C. Dyna, Inc.(DBA: Cavalier Logistics) Federal Express Corporation Panther II Transportation, Inc. Q International Courier, Inc. Team Air Express, Inc. United Parcel Service, Inc. (OH) United States Postal Service. (Before mailing classified information, please check the URL provided above for the current approved contract carriers, as this list changes every fiscal year). As a reminder, Facility Security Officers must establish procedures to assure the proper protection of classified packages at each facility intending to use overnight service. These procedures must be formally approved by the Cognizant Security Office (CSO). Contractors must establish an approved street address for incorporation by Defense Security Service in the Central Verification Authority (CVA) before such shipments begin. The following requirements apply and must be reflected in the procedures approved by the CSO: 1. The carriers listed above may be used for urgent overnight transmissions of SECRET and CONFIDENTIAL material within the continental United States when overnight delivery cannot reasonably be accomplished by the U.S. Postal Service. However, classified COMSEC information, North Atlantic Treaty Organization (NATO), and Foreign Government Information (FGI) may not be transmitted overnight. Please note that Controlled Cryptographic Information (CCI) that is unclassified may be shipped overnight. 2. Carrier personnel should not be notified that the package contains classified material. 3. Material must be prepared for transmission as described in NISPOM paragraph 5-401a, referenced in Section I, paragraph D(1), except that a carrier's mailing envelope may be used as the outer wrapper. 4. The outer address label should contain only the office or position/title, of the destination facility, in this case, the "SIDC Security Office." 5. A release signature block on the receipt label shall not be executed under any circumstances. The use of external (street side) collection boxes is prohibited. 6. As a general rule, packages may be shipped on Monday through Thursday only to ensure that the package does not remain in the possession of the carrier service over a weekend. However, the CSO may grant local approval to ship material on a Friday provided the receiver has appropriate procedures in place. These procedures must ensure that a cleared person will receive and sign for the package on Saturday, and that he or she is able to secure the package in approved storage. 7. The sender is responsible for ensuring that an authorized person will be available to receive the delivery and for verification of the correct mailing address. Statement of Capabilities briefings with interested parties will be held in mid-October 2011. Interested parties will be contacted by the Contracting Officer NLT 30 Sep 11 to schedule a date and time for a face-to-face briefing with the CO, SIDC Program Manager, and other Government technical representatives. Contractor briefings will be limited to thirty minutes each with an additional one hour for information exchange. Discussions may go CLASSIFIED (up to TS/SCI). All required clearances shall be passed to the Space Innovation and Development Center, ATTN: Ms. Vonda Fowler, 24 Talon Way, Schriever AFB, CO NLT 7 days prior to scheduled briefing. Visit Requests will be required to access Bldg 24 on Schriever AFB. VR information is as follows: The preferred method to receive visit requests is through JPAS to SMO Code FD1SFLFJ6. For the POC, identify "E2D2 Contract Discussions". If JPAS is unavailable then the visit request can be faxed to 719-567-6777. List the purpose as "E2D2 Contract Discussions". Unclassified responses to this notice should be submitted NLT 1200, Mountain Standard Time, 28 Sep 11 by e-mail to Russell Shaw, Contracting Officer : Russell.shaw@schriever.af.mil or via CLASSIFIED procedures stated above. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the submitter's responsibility to verify the package was received and can be viewed. Any responses received not addressing each of the stated requirements will be rejected. Notice to Interested Parties This Sources Sought Notice is being provided to survey industry for potential contractors, with the necessary skills, knowledge, and expertise required for supporting this effort. This is NOT a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided by industry to the Government as a result of this notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a contractor's submission of responses or the Government's use of such information. The information obtained from industry's response to this notice may be used in the development of an acquisition strategy and future RFP. All future information will be available on FedBizOps at http://www.fbo.gov. It is the responsibility of interested parties to monitor and review this site frequently for any updates, changes, or amendments to this notice. Footnotes 1 Intelligence Community Classification and Control Markings Implementation Manual, maintained by the Controlled Access Program Coordination Office (CAPCO) 2 Intelligence Community Classification and Control Markings Implementation Manual, maintained by the Controlled Access Program Coordination Office (CAPCO)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-11-R-8002/listing.html)
 
Place of Performance
Address: Schriever AFB, United States
 
Record
SN02575513-W 20110916/110914235355-ab35c252cce3d79ea9c4e6ffdd389cc6 (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.