Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOLICITATION NOTICE

A -- Information Processing for Data to Decision Making (IPDDM)

Notice Date
12/21/2011
 
Notice Type
Presolicitation
 
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
FA8750-12-R-0091
 
Point of Contact
Robert Scott, Phone: 315-330-4753
 
E-Mail Address
Robert.Scott@rl.af.mil
(Robert.Scott@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description Department of the Air Force, Air Force Material Command, Air Force Research Laboratory - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4514. Point of Contact: Robert Scott, Contract Specialist, Phone (315) 330-4753, FAX (315) 330-7179. The Air Force Research Laboratory (AFRL) Information Directorate has a requirement for software development and system support to satisfy the requirements of the Information Processing for Data to Decision Making (IPDDM) Program. IPDDM supports the missions and functional requirements of the 35th Intelligence Squadron (35IS) (AF ISR Agency/70th ISR Wing) and the Air Force Command and Control Integration Center (AFC2IC) through research, development, integration, implementation, enhancement, and sustainment of new and existing capabilities in the areas of data and information processing capabilities to improve data for decision making at all echelons across Air Force, Intelligence Community (IC), Joint, and Coalition air, space, and cyberspace components, systems, and architectures. Functional areas include: Intelligence; Network Analysis; integrated air, space and cyberspace Command and Control (integrated C2); airborne networking; C2 Information Warfare (C2IW); Command, Control, Communications Countermeasures (C3CM); Information Operations (IO); Cyber Network Operations (CNO); Information Warfare (IW); Electronic Warfare (EW); Command and Control, Communications and Computers Intelligence Surveillance and Reconnaissance (C4ISR); Network Centric Warfare (NCW); General Military Intelligence (GMI); Modernized Integrated Data Base (MIDB); Cyber Network Operations Database (CNODB); non-kinetic/kinetic targeting; strategy development; operational assessment; and standardization, integration and interoperability. Systems processing integration across Capability Users' functional and mission areas in support of improved integrated operations and intelligence will be a major IPDDM activity and focus area. Successful performance under this effort will require the ability to support the full technology development and lifecycle process, from intelligence and operational requirements refinement, analysis of alternatives, prototyping, experimentation, and development, to successful transition to the operational environment for warfighter use. The successful approach will involve research, development, integration, implementation, and sustainment of data and information processing capabilities to: (1) improve data for decision making at all echelons across Capability Users' air, space, and cyberspace components, systems, and architectures pertaining to the functional areas; (2) improve relevant technologies, software, systems, information operations, and data handling performance and capabilities; (3) advance the current functional and mission capabilities by leveraging these improvements; (4) be highly responsive to evolving and volatile operational and user needs and operating environments; and (5) incorporate new versions of Commercial-Off-The-Shelf (COTS) and newly developed (Government-Off-The-Shelf (GOTS)) software wherever it makes sound technical, financial, and mission sense and is in the best interest of the government. Successful performance will require the successful offeror to: (1) participate in development, exercises and demonstrations, integration testing, and sustainment activities with various operating environments within the AF, Intel, Joint and Coalition communities. Anticipated deliverables include a variety of products as specified by the IPDDM Capability Users. Examples include: final technical reports, exploratory models, CONOPS, technical and planning documentation and reports, experimental and operational computer software, databases and associated documentation, updates to existing Government documents. The successful offeror must be able to provide: (1) approximately 140 Top Secret/Sensitive Compartmented Information (TS/SCI) cleared personnel, including some with NATO and Higher Access; (2) capability to provide on-site support at certain Capability User locations, including government SCI Facilities (SCIFs); (3) an in-house SCIF to emulate evolving Partner sites and relevant mission systems to support development, testing, integration and sustainment; and (4) all facets of working with Export Controlled information and activities. Interested parties are advised that to perform this acquisition the successful respondent will be required to have at the time of award 100 personnel with TS/SCI clearances and within 60 days of contract award the contractor must have a total of 140 personnel with TS/SCI clearances. Foreign participation is excluded at the prime contractor level. The successful contractor may receive and/or generate technical data subject to export control in the performance of the contract. Therefore, offerors must provide a completed and approved DD Form 2345 with their proposal which certifies the offeror is on the Certified Contractors Access List (CCAL) or that the offeror is seeking application to CCAL. The successful offeror must have a completed and approved DD Form 2345 prior to award. 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 AFRL Program Manager, Contracting Office, or Air Force Foreign Disclosure Office. An Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Cost Plus Fixed Fee (CPFF) - Research and Development type contract is contemplated with an ordering period of forty-nine (49) months. The acquiring agency anticipates that approximately $49.6 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 541712 and the size standard for small business 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. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. 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 in late January or early February 2012. The formal solicitation is expected to be released in early March 2012. Refer to the web link in this notice for any milestone changes. THE ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fbo.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 Robert.Scott@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. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from respondents, potential respondents, 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, Brian Shepard at 315-330-4533, Brian.Shepard@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: Barbara G. Gehrs, 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. A technical library relating to the subject area of this acquisition is available for review by potential respondents 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 respondents must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement (which may be obtained at http://www.dlis.dla.mil/jcp/Default.aspx ), 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: Paul Senecal, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, or via fax to 315-330-3913. Technical questions should be directed to the IPDDM Program Manager for this effort, Paul Senecal at 315-330-3790, email: Paul.Senecal@rl.af.mil. Any contractual questions or questions concerning this notice may be directed to the Contract Specialist, Robert Scott at 315-330-4753, Robert.Scott@rl.af.mil or the Contracting Officer, Brian Shepard at 315-330-4533, Brian.Shepard@rl.af.mil. NOTE: The Sources Sought Notice E11B23_IPPDM was posted on FedBizOpps on 15 SEP 2011. Due to limitations of the FedBizOpps website, the Government was unable to post both the Sources Sought and Pre-Solicitation Notices using the same Solicitation Number. Therefore, the Government posted the Sources Sought Notice at Solicitation Number "E11B23_IPDDM," contained only the Sources Sought Notice and all modifications thereto. The Pre-Solicitation Notice, Draft Request for Proposal (DRFP), Request for Proposal and any additional updates will be posted to Solicitation Number FA8750-12-R-0091. All prospective offerors are now instructed to continue to routinely monitor and register under Solicitation Number FA8750-12-R-0091. Contracting Office Address: AFRL/Information Directorate 26 Electronic Parkway Rome, New York 13441-4514 Primary Point of Contact: Robert Scott Contract Specialist Robert.Scott@rl.af.mil Phone: 315-330-4753 Fax: 315-330-7179
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-12-R-0091/listing.html)
 
Record
SN02643550-W 20111223/111221234700-414c8aed0a0fa3ffb48e4ac940973f6c (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.