Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOURCES SOUGHT

A -- Advanced Research Center (ARC) Request for Information for industry input for the statement of work and the technical library content - Attachments

Notice Date
5/8/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DAC, 5224 Martin Road, Attn: VBIII, Redstone Arsenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
MDA17DTRFI03
 
Archive Date
6/8/2017
 
Point of Contact
Jennifer Leger, Phone: 256-450-4663, Sherry B Trowbridge, Phone: 2564501552
 
E-Mail Address
Jennifer.Leger@mda.mil, sherry.trowbridge@mda.mil
(Jennifer.Leger@mda.mil, sherry.trowbridge@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
MDA will use the 2012 NAICS Code 541712 in lieu of the 2017 NAICS Code 541715 while the update to the Contract Standard Procurement System, also known as the Procurement Desktop Defense, is pending. PURPOSE: The purpose of this announcement is to obtain industry inputs on the Missile Defense Agency's Advanced Research Center (ARC) draft Statement of Work, Technical Library content, and Market Research Update for the competitive follow-on acquisition. This request for information is issued in conjunction with MDA17DTRF102 posted on May 8, 2017 and is being used solely for information and planning purposes; it does not constitute a solicitation. The MDA is soliciting feedback and seeking information from all sources. BACKGROUND: MDA Advanced Research Center (ARC) provides the infrastructure and cybersecurity engineering necessary to support Ballistic Missile Defense System (BMDS) Hardware-in-the-Loop (HWIL) Ground Testing. MDA is developing an acquisition strategy for the follow-on procurement to the current ARC Indefinite Delivery/Indefinite Quantity (ID/IQ) contract HQ0147-07-D-0002. The follow-on ARC contract technical areas under consideration include: a. Development, implementation, support and maintenance of network infrastructure and information technology systems b. Design, implementation, configuration, and maintenance of cyber security strategy and policies that adhere to MDA and Department of Defense (DOD) current and emerging requirement. c. Implementation and maintenance of a professional network engineering, management, monitoring, backup and disaster recovery capability that encompasses all classified and unclassified systems within the facility. d. HWIL test asset and infrastructure support to include test asset scheduling/de-confliction, configuration, data, and integration management. e. Design, implementation, and maintenance of a suite of tools and network environment necessary to support software development f. Handling, processing, and protecting classified and unclassified data in accordance with DOD and MDA security requirements and provision of day-to-day security operations within the facility g. Procurement, incorporation, and operation of resources to provide the necessary internal and external physical security for the facility. REQUEST FOR INFORMATION: SCOPE OF WORK: Please provide any questions on the scope of work or recommended areas of improvement that would encourage competition and compliant proposals. MARKET SURVEY: Please provide a capability statement for your company relative to the attached scope of work. All capability statements shall be in contractor format, in Times New Roman 12pt font, and shall not exceed 15 pages. Capability statements shall include the following administrative data: Company name, address, contacts, phone number, e-mail address, and CAGE code. Notification of interest in proposing as a prime contractor, subcontractor, or both. Company profile to include number of employees, annual revenue history for last 3 years, office locations, DUNS number, company size (small or large) in relation to the NAICS 541712 (2012 NAICS)/541715 (2017 NAICS), etc. Identification of small business type (i.e., SDB, SDVOSB, 8(a), etc.) Industry input regarding the 541712 (2012 NAICS)/541715 (2017 NAICS) NAICS code. TECHNICAL LIBRARY: The following will be available in a technical library. All requests for Technical Library data will be handled at the classified level during the pre/post solicitation activities. Contractors will be required to provide CAGE code and security clearance verification. Please identify any additional data that would be required, or helpful in developing a competitive proposal to the attached scope of work. 1) Cybersecurity Information a. ARC Security Profile Information i. ARC Training and Operations Center (ATOC) Network ii. ARC Infrastructure iii. ARC Integrated System Test Capability (ISTC) 1. ARC ANTPY-2 2. ARC ISTC-1 Network 3. ARC ISTC-2 Network iv. ARC Israeli Test Bed (ITB) (ISR) v. ARC Missile Defense System Exerciser (MDSE) Test Execution Center (TEC) vi. ARC Prime Consolidated Integration Laboratory (PCIL) vii. ARC Security Operations Centers (SOCs) viii. ARC Single Simulation Framework (SSF) Network ix. ARC System Test Evaluation Planning and Analysis Laboratory (STEPAL) x. ARC Test, Evaluation & Data, Acquisition Capability (TEDAC) Network xi. ARC Test, Training & Exercise Capability (TTEC) Network 2) Drawings a. ARC Facility Layout b. ARC ANTPY-2 c. ARC ATOC Network d. ARC Infrastructure e. ARC ISTC-1 Network f. ARC ISTC-2 Network g. ARC ITB (ISR) h. ARC MDSE TEC i. ARC PCIL Network j. ARC TEDAC Network k. STEPAL l. TTEC Network 3) GSA Facility Information a. ARC Lease 4) Infrastructure Software Tools 5) Maintenance Records 6) Test CONOPS, Integrated Master Test Plan Proprietary information is neither sought nor desired by MDA. If proprietary information is submitted, it must clearly be marked "proprietary" on every sheet containing such information and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Respondents are responsible for adequately marking proprietary information contained in their response. Do not send any classified information. Companies are advised that the government may contact those who respond to this announcement, as needed, on a one-on-one/case-by-case basis, to further clarify the information submitted. Eligibility to participate in any future acquisition does not depend upon a response to this notice. The Government will not pay for any direct or indirect costs that are incurred in responding to this sources sought. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the MDA in developing its acquisition strategy, statement of work/performance work statements and/or statement of objectives. If a solicitation is released it will contain an organizational conflict of interest (OCI) clause that could limit a successful offeror from participating in other MDA contracts. To the greatest extent possible, while still protecting the Government's interests, the OCI clause will be applied only for the supported technology areas of the contractor's actual technical analysis performance. If a solicitation is released FAR 52.222-17, Nondisplacement of Qualified Workers, will apply. If a solicitation is released the Contractor must be able to obtain and retain a Top Secret facility clearance and be able to comply with DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012 Dev (Oct 2015), Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015), 252.204-7014, Limitations on the Use or Disclosure of Information by Litigation Support Contractors, and 252.239-7010, Cloud Computing Services. This acquisition will not be open to participation by foreign firms at either the prime or subcontract level. DUE DATE: Please respond with your inputs to email: ARC_Followon@mda.mil attention "ARC Follow-On Scope of Work/Market Survey" no later than May 24, 2017. Small Business Participation MDA is committed to providing small businesses with maximum practicable opportunities to participate in MDA prime contracts and subcontracts. Questions concerning this special notice should be addressed to ARC_Followon@mda.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DAC/MDA17DTRFI03/listing.html)
 
Record
SN04499344-W 20170510/170508234328-1cfec9fef9f5b72955e0cf6568ae1d9c (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.