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
SOLICITATION NOTICE

D -- CENTAUR-RFI-MAY-2017 - CENTAUR RFI MAY 2017

Notice Date
5/8/2017
 
Notice Type
Cancellation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
CENTAUR-RFI-MAY-2017
 
Point of Contact
Anthony David Suarez, Phone: 7812251061, Kristina Botelho, Phone: 7812250335
 
E-Mail Address
anthony.suarez.1@us.af.mil, kristina.botelho@hanscom.af.mil
(anthony.suarez.1@us.af.mil, kristina.botelho@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CENTAUR RFI 08 MAY 2017 Request for Information (RFI) for Cross-domain Enterprise All-source User Repository (CENTAUR) THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation, the Government is conducting market research to determine the availability and adequacy of potential business sources in providing the capabilities to meet the requirements of the Government. This Request for Information (RFI) does not constitute a solicitation for bids or proposals and it is not to be construed as a commitment by the Government. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Proprietary information will be accepted and handled appropriately. Responders should indicate which portions of their responses are proprietary and should mark them accordingly. The Government is not obligated to and will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice and submittals will not be returned to the sender. This RFI is in support of the Distributed Common Ground/Surface System (DCGS) Multi-service Execution Team (MET) Office (DMO) of the Air Force Life Cycle Management Center (AFLCMC) Hanscom AFB, Massachusetts Background: The DMO is responsible for the development and implementation of acquisition strategies for a common enterprise capability, focusing on interoperability across and within the enterprise and Service/Agency boundaries. The DMO delivers, supports and sustains the DCGS Integrated Backbone ( DIB) and DIB interoperability standards, including both government and open interfaces. Cross-domain Enterprise All-source User Repository (CENTAUR) transparently extends DCGS enterprise DIB interoperability across security domain boundaries and between coalition and US systems. CENTAUR was awarded as a single award, sole source Indefinite Delivery, Indefinite Quantity (IDIQ) contract in 2011. The current CENTAUR contract includes requirements to field, upgrade and support the current CENTAUR system and operational infrastructure. The efforts under this contract consist of hardware and software baseline configuration management and sustainment; installation, on-site support at locations around the world; and engineering support for test and evaluation, research and development, and enterprise activities. The current period of performance ends July 2018. This market research is to identify potential firms that can provide the capability and support for a DCGS Integration Backbone (DIB) enabled cross security domain solution involving both U.S. security domains and domains/systems sharing C2ISR data with Coalition Partner nations. The DMO is seeking information on industry capabilities to operate, sustain and enhance the CENTAUR hardware/software baseline and deployed infrastructure. CENTAUR Follow-On Contract & Draft Sustainment Requirements Overview The follow-on contract is anticipated to be a single award IDIQ contract with a 5 year ordering period. The estimated ceiling value is ~$54M. Contract types have not been determined but are anticipated to include several different types. The table below shows the approximate deployed posture as of April 2017. CENTAUR Sites Location Networks Onsite support JWICS NGANet SECNet SIPRNet CX-SWA US BICES Warzone(1) √ √ √ √ √ No OCONUS(1) √ √ √ √ Yes CONUS(1) √ √ √ √ Yes CONUS Test Bed(1) Uses DDTE, CFBL to mimic networks as required Cyclic Sustainment Objectives: •· Ensure all current deployed cross domain capabilities remain operational. •· Ensure all new user requirements (e.g., adding new data types or networks to existing deployed locations) can be executed quickly. •· Ensure cross domain requirements and capability configurations for new locations can be executed quickly and will be compatible with existing systems Sustainment Support Activities: •· Understand and support government required maintenance and modification of all current rule sets and applicable security artifacts and documentation, (i.e. Approval To Operate (ATO) and Approvals To Connect (ATC)) •· Develop and/or support government acquisition of new rule sets, new data types and data flow capabilities through or in conjunction with the CENTAUR baseline's Forcepoint High Speed Guard. •· Management/sustainment of the existing rule sets •· Execute hardware upgrades as required on current and future systems •· Execute software upgrades and patches as required on current and future systems •· Track and coordinate necessary or desired component upgrades such as operating systems, security patches or new guard software versions •· Track and work Change Requests (CR) and Discrepancy Reports (DR) for the baseline and deployed systems •· Purchase, assemble, test, prepare and support the submission of Assessment and Authorization (A&A) packages, pack, ship, install, integrate and sustain new cross domain systems and associated baseline capabilities •· Maintain configuration management for the baseline cross domain and other capability system components, and for each deployed operational deployed site or other designated instance of capability •· Support demonstrations, exercises, and other events as required at CONUS or OCONUS locations •· Attend meetings and prepare briefings / reports in support of planning, research, and deployments, as required •· Conduct research and development for new or modified capabilities, and implement as approved and required •· Support government directed coalition interoperability development and sustainment through maintenance and enhancements of the Coalition Data Broker (CDB) and related capabilities Instructions for RFI Responses : Responses must be received No Later Than ( NLT) 22 May 2017 at 1500EDT Responses will be reviewed by military and government civilian personnel and support contractors. Responses shall not exceed 15 single-spaced pages, 12 point font typed with at least 1" margins. Each page of your package shall be legible when printed on 8 ½" x 11" paper. Cover, title pages, glossaries and table of contents are not required. Responses should be emailed in PDF format to the points of contact identified below. The following general information must be provided: •· Company Name •· CAGE code and DUNS number •· Address •· Telephone Number •· Email Address •· Point of Contact for further clarification or questions •· The NAICS code for this RFI is 541511 with a size standard of $27.5 million. Please identify your company's size under this NAICS code and size standard. •· Identify any personnel and/or facility security clearance levels up to TS/SCI level clearance (Special Intelligence/Talent Keyhole/Humint Control System/G) Please answer the following questions: •1. Describe your company's experience and capabilities to provide complete life cycle sustainment support on a global level to existing cross domain systems utilizing the Forcepoint High Speed Guard and/or any other similar capability. Include information on how you've approached and handled adding and/or researching new data types, data flows, and capabilities through and around the Forcepoint High Speed Guard and/or similar capability. Up to two examples showing relevant experience performing efforts within the last five (5) years is desired. Please identify whether you were the prime or subcontractor on the effort. Please provide contract numbers, contract value, and period of performance. •2. Describe your company's experience and capabilities in operating and supporting DIB-enabled federated and/or proxied capability. Up to two examples showing relevant experience performing efforts within the last five (5) years is desired. Please identify whether you were the prime or subcontractor on the effort. Please provide contract numbers, contract value, and period of performance. •3. What additional expertise do you have that you feel may be relevant? Responses/Inquiries: Dir ect questions and responses to this Request for Information (RFI) to: Contracts Specialist, Mr. Anthony Suarez, email at anthony.suarez.1@us.af.mil and Contracting Officer, Ms. Kristina Botelho, email at kristina.botelho@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/CENTAUR-RFI-MAY-2017/listing.html)
 
Record
SN04499900-W 20170510/170508234809-d8e13c823ab008848036b680dbc36e4f (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.