Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SPECIAL NOTICE

R -- REQUEST FOR INFORMATION - Global Application Research, Development, Engineering & Maintenance (GARDEM) - Performance Work Statement

Notice Date
5/4/2017
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-18-R-0001
 
Point of Contact
Ashley M. VanDenTop, Phone: 315-330-4457, Wyatt D. Bora, Phone: 315-330-4944
 
E-Mail Address
Ashley.VanDenTop@us.af.mil, Wyatt.Bora.1@us.af.mil
(Ashley.VanDenTop@us.af.mil, Wyatt.Bora.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT (PWS) FOR GLOBAL APPLICATION RESEARCH, DEVELOPMENT, ENGINEERING & MAINTENANCE (GARDEM) DESCRIPTION This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. Responses to this RFI may be used for market research purposes (e.g. to determine responsibility of potential offerors) and/or a possible set-aside determination. Both large and small business entities are invited to respond to this RFI. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Submission of a response is voluntary. Respondents are advised that AFRL is under no obligation to provide feedback with respect to any information submitted under this RFI. The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI), has a requirement to perform research, development, prototyping, integration, testing, demonstration, deployment and maintenance of innovative technologies and concepts in support for Global Application Research, Development, Engineering and Maintenance (GARDEM) software baselines. GARDEM provides Air Force, Department of Defense, Intelligence Community (IC) and other Federal Agencies with a software toolkit that provides a general data visualization and analysis infrastructure for the analysis of temporal, spatial, entity, and association information, report generation, incident reporting, workflow, and query/search. Web-Enabled Temporal Analysis System (WebTAS) Enterprise (WE), Combined Information Data Network Exchange (CIDNE), and International Distributed Uniform Reporting Environment (INDURE) make up the primary software applications in the GARDEM toolset. The flexible toolset architecture provides access to multiple data sources, data mining, information fusion, and collaboration tools that facilitate trend, link, pattern, and distributed analysis to support activity prediction and customer unique capabilities. This effort will perform research and development, design, analysis, studies, engineering, integration, test, evaluation and operations and maintenance support for current and new users of the GARDEM software toolset. Technical enhancements are needed to correct any identified shortcomings in the toolset and to provide additional capabilities, features, processes, and documentation. The enhancements will extend GARDEM toolset functions and provide more effective and efficient capabilities to meet the needs of the users. Due to real world events, rapid software releases are required to maximize our technological capabilities at current and future deployed sites worldwide. Installation support will be needed to install the GARDEM toolset software and hardware, and train users at multiple sites throughout the world. For example, sites such as United States Central Command (USCENTCOM), which involve contingency operations and quick response to warfighter needs will require this installation support. Operations and maintenance actions will be needed to provide continued system maintenance to current customer sites and to the new sites after system installation. In the course of performance, the contractor will interface with various DoD and Government agencies through visits and electronic means, and technical visits that will take place at various sites, worldwide. Anticipated deliverables include software, hardware, and technical documentation. If a solicitation is issued in the future, it is anticipated this will be a multiple award, indefinite-delivery, indefinite-quantity, cost-plus-fixed-fee (completion & term) type contract with an anticipated ordering period of 60 months. Taking into consideration real world events constantly changing and unfolding, we presently contemplate the maximum ordering amount to be approximately $427,000,000.00. Security Clearances: Taking into consideration real world events constantly changing and unfolding, we presently contemplate an estimated eighteen (18) Full Time Equivalents (FTEs) with Top Secret/Special Compartmented Information (TS/SCI) access are required to perform the tasking under this contract immediately upon award. Thirty-five (35) days after award an estimated twenty eight (28) additional FTEs with TS/SCI and an estimated three (3) FTEs with Secret access are required. Sixty (60) days after award an estimated twenty one (21) additional FTEs with TS/SCI and an estimated three (3) FTEs with Secret access are required. One-hundred and nine (109) days after award an estimated fifteen (15) additional FTEs with TS/SCI and an estimated seven (7) FTEs with Secret access are required. Two-hundred (200) days after award an estimated fourteen (14) additional FTEs with TS/SCI are required. Two-hundred and eighty four (284) days after award an estimated fifty six (56) additional FTEs with TS/SCI and an estimated five (5) FTEs with Secret access are required. These estimates are in addition to any unclassified positions that may be proposed. TS safeguarding capability will also be required. A determination has yet to be made on Foreign Allied Participation at the prime contractor level. A notice will be made on Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov when the determination is completed. A technical library relating to the subject area of this acquisition is available for review by potential offerors at Air Force Research Laboratory/RIEB, Bldg.3, 525 Brooks Road, Rome, NY 13441-4505, only. Appointments for access may be made by contacting Wyatt Bora, 315-330-4944, e-mail: Wyatt.Bora.1@us.af.mil at least two (2) business days in advance. The library contains technical data subject to export control. Prior to review, potential offerors must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement" (may be obtained at http://www.dlis.dla.mil,) along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library. The form and letter can be emailed to: Wyatt.Bora.1@us.af.mil, at the time appointment for access is requested. 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. Responses to this RFI may be used for market research purposes and possible set-aside determination. Both large and small business organizations are invited to respond by email to Wyatt.Bora.1@us.af.mil and Ashley.VanDenTop@us.af.mil, in a document not exceeding 30 pages. Microsoft Word or PDF files are preferred. If the file size exceeds 10MB, please utilize the Army Aviation and Missile Research Development and Engineering Center (AMRDEC) Safe Access File Exchange (SAFE) site at https://safe.amrdec.army.mil/safe/ and follow up with an email stating a submission has been sent. Please respond to the following items below: 1.Describe your organization's ability to meet the technical requirements in the draft PWS. Please do not simply restate the technical requirements in your response. Be sure to: a.Provide sufficient information and references to describe the majority level of knowledge and/or experience in each of the organizations listed in the PWS mission set and potential capabilities they may use. This includes knowledge and/or experience of computer software systems in the following areas: i.Agile software development and project management practices ii.Platform As A Service (PAAS) employment iii.DoD Authorization and Assessment (A&A) procedures iv.Workflow for military intelligence and operations reporting v.Multi-source, Multi-Intelligence (Multi-INT) disparate data fusion vi.Military intelligence production and dissemination vii.Data exploitation including trend and pattern detection viii.Data visualization ix.Semantic search and faceted data navigation x.Data analysis xi.Database schema manipulation xii.Database replication xiii.User and maintenance training xiv.Deployments in operational military environments xv.Help desk activities b.Identify any areas which likely would require subcontracting or a teaming arrangement. c.Include a brief description of your organization's quality control, risk management, and safety practices as they would be applied to this service. d.Indicate whether your organization's business systems are acceptable for performing a cost-plus fixed fee contract. 2.Describe the experience and qualifications of personnel and other organizational resources that would be used to meet the technical requirements. Provide information describing the level of knowledge and capabilities in the command and control and ISR domain. Address the availability of personnel with security clearances, to include TS/SCI and Secret/Collateral and how your organization proposes fulfilling the remaining positions within the required time frames indicated above. 3.Identify up to three (3) previous or ongoing contracts / programs / efforts with Government, commercial, academic, or other customers performed within the last five (5) years which are relevant to the technical requirements. Include a brief description of the work, an explanation of its relevance to the technical requirements, and the performance period, value, and current customer points of contact. 4.Indicate any factors concerning your organization's ability to perform the technical requirements. 5.Indicate if your organization intends to submit a proposal in the event that a RFP is issued for the attached technical requirements. 6.Indicate whether your company is a foreign-owned/foreign-controlled firm and if you contemplate the use of foreign national employees on this effort. 7.Responses should identify any current or potential future regulatory and / or security concerns which could impact your company's ability to perform on the upcoming effort. Small business respondents to this RFI should also indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. As discussed at FAR 19.502-2(b), in making small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. Note that the FY2013 National Defense Authorization Act Section 1651 amended the Small Business Act (15 USC 631 et seq.) with regard to the "Limitations on Subcontracting" rule. The amended rule is somewhat different than FAR 52.219-14, in that: (i) a covered small business concern, if awarded a contract under certain types of set-asides, may not expend on subcontractors more than 50% of the amount paid to the concern under the contract and (ii) contract amounts expended by a covered small business concern on a subcontractor that is a similarly situated entity shall not be considered subcontracted for purposes of determining compliance with the 50% rule. An example of a "similarly situated entity" is a small business that is a subcontractor for a prime contractor which was awarded a contract set-aside for small businesses. Please include a discussion of how the amended "Limitations on Subcontracting" rule, would affect your company's answers to the questions above. Questions concerning this RFI may be directed to the Contract Specialist, Cody Owens at 315-330-2921, Cody.Owens.4@us.af.mil or the Contracting Officer, Ashley VanDenTop at 315-330-4457, Ashley.VanDenTop@us.af.mil. Technical questions should be directed to the Program Manager, Wyatt Bora at (315) 330-4944, Wyatt.Bora.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-18-R-0001/listing.html)
 
Record
SN04496843-W 20170506/170504235904-d2ec6778452367278c1b37c6dff4bc8d (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.