Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

R -- AUTOMATED VIRTUAL INFORMATION PRODUCTION SUPPORT SYSTEM (AVIPSS) IV

Notice Date
5/1/2012
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design 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-0120
 
Point of Contact
Joseph Facciolo, Phone: (315) 330-4981
 
E-Mail Address
Joseph.Facciolo@rl.af.mil
(Joseph.Facciolo@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION. Effective 31 March 2008, FAR was amended to delete all references to Numbered Notes in Federal Business Opportunities. INTRODUCTION. The Air Force Research Laboratory, Rome Research Site (AFRL Rome), has a requirement focusing on enabling the Air Force mission to perform Operations and Maintenance (O&M) and Research and Development (R&D) under an AFRL, Rome Research Site, RIE Division, Rome, NY contract. This effort: 1) Performs operations and maintenance, research and development, and intelligence production support to enhance, maintain, modernize, extend the capabilities of, operate and utilize the National Air and Space Intelligence Center (NASIC) AVIPSS. AVIPSS is designed to meet NASIC mission requirements. The effort is a part of an AFRL/RI enhancement, sustainment, and research and development program to deliver services and capabilities required to satisfy the demands of a continually changing production mission at NASIC in response to ever-evolving threats in an equally dynamic technological environment. 2) Provides the information technology solution to achieve NASIC corporate objectives for pre-positioning its analytical knowledge and enabling customers and intelligence analysts to build current, accurate and robust intelligence products. The effort will include the: research and development of parametric information models; design of physical and logical database structures; development of capabilities to interactively maintain data within the databases; implementation of the capabilities necessary to derive tailored specialized products from the textual and parametric databases and multimedia object repositories; design of high level constructs that dynamically incorporate database information into knowledge-oriented objects; and the development, implementation and maintenance of customer friendly software applications/tools and interfaces; as specified in Performance Work Statement (PWS). The AVIPSS consists of the Systematic Architecture for Virtual Analytic Net-Centric Threat Intelligence (SAVANT TM ) system, the Next Generation Electronic Warfare Integrated Reprogramming (EWIR) System (NGES), the Foreign Media Collaboration Framework (FMCF) and its extensions and additional architecture and legacy infrastructure, analysis and information systems. Major components of the SAVANT TM are the: Knowledge Management Map and related applications and tools; the Knowledge Pre-positioning System (KPS); Virtual Production System (VPS); Virtual Intelligence Product Retrieval Environment (VIPRE); the NASIC Metadata Repository (NMR); and the Joint Analytic Data Editor (JADE). Support shall be provided for the systems including (but not limited to): Analyst Support Architecture (ASA); Ballistic Missile Information System (BMIS); Digital Library Input Processing System (DLIPS); Foreign Military Laser Database (FMLD); Integrated Air Defense Systems (IADS) Portal; Tactics and Training, Track Military Entities (TrackME); Data Tracker; Production Operations Management Information Systems (PROMIS); GlobalEdge; Military Equipment Parametric Engineering Database (MEPED); Dynamic Information Operations Decision Environment (DIODE); ArcGIS; RAVEN; MALWARE; Directed Energy Weapons/Global Laser Incident Database and Event Reporting (DEW/GLIDER); Space mission area products; Acquisition Log Database (ALDB); Information Technology Requirements Database (ITRD); Links and Nodes (L&N); TEL-SCOPE telecommunications network; SAVANTTM Cross Domain Data Migration system; Space related databases; Space mission area products; and SharePoint Open Source Portal. 3) The design and implementation of software enhancements and maintenance of databases and applications that are used in the management of NASIC intelligence production, computer, personnel, physical and operations security, civilian and military personnel, training, all-source collections requirements and other technical tasks that keep NASIC systems functioning will also be supported as specified in the PWS. Further, this effort will support the research and development, enhancement, implementation and maintenance of national level systems for the input, translation, and retrieval of all-source information and for the continued design, development, implementation, and deployment of a DODIIS-wide information notification system as specified in the PWS. Future mission requirements changes are also expected, including deployments to new locations and customers, which historically require additional enhancements other than those which will be identified in the solicitation. Potential research and development transition opportunities are also anticipated, but not yet identified. Anticipated deliverables include software, technical reports, software baseline documentation, security documentation, financial and progress reports, technical papers and analysis, presentations, and work plans. A Cost Plus Fixed Fee (CPFF) - Completion type contract with a period of performance of thirty (30) months is anticipated. Please Note: The contract type specified under this notice is a change from what was posted in the Sources Sought Notice E21269_AVIPSS_IV. TECHNICAL LIBRARY (EXPORT-CONTROLLED DATA). 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 export-controlled information. Appointments for access may be made by submitting a request to the AFRL Program Manager, Mr. James Sieffert, at least two (2) business days in advance. In addition, a CD disk is available containing the read library. Prior to access being granted, or for the CD disk to be mailed, potential offerors must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement", which certifies the respondent is on the Certified Contractor Access List (CCAL), 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: to Attn: James Sieffert, Air Force Research Laboratory/RIEBA, 525 Brooks Road, Rome, New York 13441-4505, or facsimile to his attention at 315-330-2941. EXPORT-CONTROLLED DATA. The successful contractor may receive and/or generate technical data subject to export control in the performance of the contract. 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. The successful offeror must have a completed and approved DD Form 2345 prior to award. For further information on CCAL, contact the Defense Logistic Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. It is the sole 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 Program Manager, Contracting Office, or Air Force Foreign Disclosure Office. FOREIGN PARTICIPATION EXCLUDED. Foreign participation is excluded at the prime contractor level. SECURITY CLEARANCES. Approximately 50 Top Secret / Sensitive Compartmented Information (TS/SCI) cleared personnel will be required for performance for the entire effort. Approximately 40 TS/SCI cleared personnel will be required for performance at time of award. Please Note: The number of required cleared personnel specified under this notice is a change from what was posted in the Sources Sought Notice E21269_AVIPSS_IV. NAICS CODE. The NAICS code for this effort is 541512 and the small business standard is average annual receipts of $25.0M. OMBUDSMAN. 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, Scott Podkowka, (315) 330-4716, Scott.Podkowka@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 Gehrs, Building 15, Room 225, 1864 4th Street, Wright Patterson AFB OH 45433-7130; FAX (937) 656-7321; 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 Contracting Officer. SOLICITATION RELEASE DATE. A Draft Request for Proposal (DRFP) is expected to be posted in the near future. The entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov in the near future. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. FBO & REGISTRATION. THE ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fedbizopps.gov/. The 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 Joseph.Facciolo@rl.af.mil in order to be placed on the List of Registered Parties. Include your company 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 the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. PRESOLICITATION NOTICE. 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 or services. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-12-R-0120/listing.html)
 
Record
SN02736575-W 20120503/120502001011-a6a7ad5b3eb8122b62b4357997c9f357 (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.