Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

A -- Agile DevOps Pilot and Microservices Architecture Prototype (ADP) - OSAI General Information and HBC Agile DevOps Pilot

Notice Date
2/12/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
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
RIK-OTA-18-R-ADP
 
Point of Contact
Kyle W. Braunlich, Phone: 315-330-4755, John P. Salamy,
 
E-Mail Address
kyle.braunlich@us.af.mil, john.salamy@us.af.mil
(kyle.braunlich@us.af.mil, john.salamy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment No. 2 - HBC Agile DevOps Pilot C4ISR OTA Attachment No. 1 - OSAI General Information SOLITICATION NUMBER: RIK-OTA-18-R-ADP NOTICE TYPE: Sources Sought I.INTRODUCTION Document Type : REQUEST FOR WHITEPAPERS Reference Number : RIK-OTA-18-R-ADP Title Information : Agile DevOps Pilot and Microservices Architecture Prototype (ADP) Posted Date: 12 Feb 2018 Response Date: 02 MAR 2018 - 12PM EST This solicitation is a Request for Whitepapers (RFW) for Project Announcement (PA) No. RIK-OTA-18-R-ADP. The intent of this notice is to promote opportunity with potential vendors. Participation in this RFW is required for a potential future Request for Proposal (RFP). Participation in this RFW and potential future Request for Proposal (RFP) will require membership with SOSSEC, Inc. Please refer to Section VI below entitled "Submission Instructions" for further information. The Government will be briefing this requirement using the Defense Collaboration Service (DCS) on 14 FEB 2018, 0930-1100 CST. The briefing will open thirty (30) minutes prior at the following link: https://conference.apps.mil/webconf/AFLCMCHBCAgileDevOpsOTA. A copy of the briefing slides may be found in Attachment No. 2 entitled "HBC Agile DevOps Pilot C4ISR OTA.PPTX". II.PROJECT DESCRIPTION A.OVERVIEW The Government anticipates that our Agile DevOps Prototypes will attack, as necessary, three lines of effort: Agile Establishment. Establish/optimize an agile development process based on an agile framework like Scaled Agile Framework (SAFe) or Large Scale Scrum (LeSS). Agile development process is a pre-requisite to a successful Continuous Integration/Continuous Delivery (CI/CD) pipeline implementation. DevOps Infrastructure Enablement. Install and configure tools that enable DevOps, including a CI/CD toolchain. Microservices Architecture (MSA) Implementation. Refactor and/or re-architect existing applications from a monolithic architecture transforming them using an event-driven architecture (EDA) design paradigm into a MSA. Containerize microservices and deploy them to a container-based platform. B.BACKGROUND United States Strategic Command (USSTRATCOM) is headquartered at Offutt Air Force Base, Nebraska. It conducts global operations in partnership with other combatant commands, services and U.S. government agencies to deter and detect strategic attacks against the United States. USSTRATCOM is responsible for command of U.S. nuclear capabilities, space operations, global surveillance and reconnaissance, intelligence, communications, computers, global missile defense and combatting weapons of mass destruction. To enable completion of these missions, USSTRATCOM is modernizing the Integrated Strategic Planning and Analysis Network (ISPAN) and the Nuclear Planning and Execution System (NPES). ISPAN provides capability to support USSTRATCOM's UCP responsibilities for strategic deterrence planning and Global Strike including nuclear targeting and sortie development, and conventional kinetic and non-kinetic planning, as well as collaborative planning and situational awareness. The nuclear and conventional planning tools are collectively known as the Mission Planning and Analysis System (MPAS) while the Global Adaptive Planning Collaborative Information Environment 2.0 (GC2) product provides collaboration and situational awareness. ISPAN MPAS is the nation's only comprehensive system for developing "level 4" nuclear plans and options for the President's Nuclear Decision Handbook and OPLAN 8010. NPES is a Chairman, Joint Chiefs of Staff system for nuclear operations and fulfillment of nuclear command and control (NC2) responsibilities. NPES supports national strategic deterrence by providing a host of NC2 execution activities as well as contingency and crisis action planning capabilities to selected joint and combatant command staffs. NPES is operated by USSTRATCOM and other specified users performing missions to deter and dissuade threats, and, when directed, defeat adversaries. C.DISCUSSION We believe the pilots will include the following major activities: •Develop a demonstrable prototype using existing software requirements or code. •Create development environments managed by a container management platform (CMP). •Automate unit testing, a sample functional testing (e.g., API test) and a sample non-functional testing (e.g., performance test) and integrate them into the pipeline. •Implement a CI/CD pipeline using a product such as Jenkins which spans across the four environments and eventually multiple network enclaves •Perform knowledge transfer to AFLCMC project teams We envision four parallel efforts. a.Agile DevOps for Infrastructure and Operations - work with the program office's engineering team, the USSTRATCOM/J6 and J7 engineering team, and USSTRATCOM's ITCC II support contractors to pilot Agile DevOps for building, maintaining, and operating the infrastructure (virtual machines, containers, middle tier and database servers, and so on). Goals 1, 4, 5, and 6 apply. Work will be accomplished at the secret level at USSTRATCOM. b.Agile DevOps for a New Application - work with the program office's engineering team, their development contractor, and the associated USSTRATCOM customer to implement the Agile DevOps goals for building, testing, delivering, and deploying a new software application. All goals apply. Work will be accomplished at the secret level at USSTRATCOM. c.Agile DevOps for a Legacy Service - work with the program office's engineering team, their development contractor, and the associated USSTRATCOM customer to implement the Agile DevOps goals for modifying, testing, delivering, and deploying legacy application services. All goals apply. Work will be accomplished at the unclassified level at the developer's facility in Bellevue, NE with deployment of the prototype at the secret level at USSTRATCOM. d.Agile DevOps for Pre-Milestone B prototype development for government development - work with the program office's engineering team and their government development partner, NSWC-DD, and the associated USSTRATCOM customer to implement the Agile DevOps goals for building, testing, delivering, and deploying prototype application and services in preparation for an ACAT III new development. All goals apply. Work will be accomplished at the secret level primarily at NSWC-DD's facilities (Dahlgren, VA), and otherwise will be accomplished at USSTRATCOM (Offutt AFB, NE). D.REQUIREMENTS Phase I (FY18): The Government has an enterprise capability need for information technology that can demonstrate Agile DevOps practices including: 1.Continuous Delivery (CD) pipeline 2.Build automation and Continuous Integration (CI) 3.Test Automation (functional, performance, and cybersecurity testing) 4.Deployment Automation 5.System Configuration Management 6.Microservices Architecture (MSA) 7.Container Management Platform (CMP) Phase 2 (FY19): Assuming success in the Part 1 pilot/prototyping work, we need the team to replicate the pilot/prototyping to all AFLCMC/HBC developers on 4 additional contracts. This effort has several goals: 1.Pilot an Agile DevOps environment (Infrastructure as a Service (IaaS), Platform as a Service (PaaS), automation tools, and a CI/CD pipeline) that works for AFLCMC and our customer, USSTRATCOM 2.Build a prototype application and services with an Event-Driven Architecture (EDA) deployed as microservices into a CMP 3.Prototype and demonstrate the use of Test Driven Development (TDD) in concert with automated testing 4.Develop procedures to describe a continuous integration/deployment pipeline that can transverse from off-site developers to the government and onto four classified networks for operations 5.Incorporate cybersecurity testing and support to build certification and accreditation packages into the pipeline 6.Prepare communication and training plans and products for AFLCMC (the program office) and USSTRATCOM to implement needed culture change and processes among stakeholders in USSTRATCOM, AFOTEC, the contracting community, and our software developers. The above requirements shall be performed at the SECRET level. Offerors shall have or shall be able to obtain a facility clearance at the SECRET (or higher) level. Offerors should contact their local Defense Security Service (DSS) representative for further information on how to obtain a facility clearance. OFFERORS MUST CLEARLY STATE THIS IN THEIR WHITEPAPER/PROPOSAL RESPONSE. Prototype(s) to include all documentation and information developed under this prototype project shall be subject to export control. Offerors shall have or shall be able to obtain a completed and approved DD2345. Offerors shall submit a copy of their completed and approved DD2345 with their whitepaper submission(s). SPECIAL NOTICE : Offerors who, as part of their approach, propose for individuals to work in USSTRATCOM and at NSWC Dahlgren will need to obtain a Common Access Card (CAC). SPECIAL NOTICE : Associate Contractor Agreements (ACAs) shall be executed as necessary between the Project-Level-Performer and our existing contractors. III.AGREEMENT STRUCTURE The Government is considering establishing a prototype project under the Air Force Research Laboratory (AFRL) Open System Acquisition Initiative (OSAI) Other Transaction Authority for Prototypes No. FA8750-16-9-9000 with SOSSEC, Inc. Prototype projects may be awarded by a Firm Fixed Price project level agreement under the aforementioned agreement. The period of performance is estimated to be eighteen (18) months from project award date. Total funding for the ADP prototype is approximately $4,850,000.00. For additional information on the OSAI Other Transaction Agreement for Prototypes No. FA8750-16-9-9000 with SOSSEC Inc., a description of the program and its structure, metrics, and terminology, see Open System Acquisition Initiative (OSAI) Supplemental Information, dated 01 MAR 2017 (Attachment No. 1). IV.ELIGIBILITY INFORMATION This PA is closed to foreign participation at the Project-Level Performer level. Foreign Ownership, Control or Influence (FOCI): companies who have mitigated FOCI may inquire as to eligibility by contacting the Agreements Office focal point, Kyle W. Braunlich, Agreement Specialist, at e-mail kyle.braunlich@us.af.mil for verification prior to submitting a whitepaper. Please reference the solicitation (PA) number and title of the acquisition. The OTA Lead organization is not eligible to propose to this solicitation. Active Federal employees are prohibited from participating in particular matters involving conflicting financial, employment, and representational interests (18 U.S.C. § 203, 205, and 208). Prior to the start of proposal evaluation, the Government will assess potential conflicts of interest and will promptly notify the proposer if any appear to exist. The Government assessment does not affect, offset, or mitigate the proposer's responsibility to give full notice and planned mitigation for all potential organizational conflicts, as discussed below. As part of the whitepaper and proposal submissions, proposers, sub- proposers and consultants must affirm whether they (individuals and organizations) are providing or have provided within the last year advisory and assistance services in support of the information system(s) that are the subject of this Program Announcement. Affirmations must state which information system(s) the proposer and/or sub- proposer/consultant supports and must provide prime contract numbers. All facts relevant to the existence or potential existence of organizational conflicts of interest must be disclosed. The disclosure shall include a description of the action the proposer has taken or proposes to take to avoid, neutralize, or mitigate such conflict. Proposals that fail to fully disclose potential conflicts of interest and/or do not have plans to mitigate this conflict may be rejected without technical evaluation and withdrawn from further consideration for award. If, in the sole opinion of the Government after full consideration of the circumstances, any conflict situation cannot be effectively mitigated, a proposal may be rejected without technical evaluation and withdrawn from further consideration for award under this PA. If a prospective proposer believes a conflict of interest exists or may exist (whether organizational or otherwise) or has a question as to what constitutes a conflict, a summary of the potential conflict should be sent to the Government Agreement Specialist listed in Section VI below entitled "Submission Instructions" before preparing a proposal and mitigation plan. V.CONTRACTING OFFICE ADDRESS AFRL/RIKE, Info & Intel Exploitation Contracting Branch Department of the Air Force, Air Force Materiel Command AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514. VI.SUBMISSION INSTRUCTIONS ALL questions and answers shall be will be provided to ALL prospective offerors via a running Q&A document to be posted on FedBizOps. Organizations that are not currently members of SOSSEC, Inc. may submit questions to the Agreement Specialist and Agreement Officer's Technical Representative listed below. Organizations that are currently members of SOSSEC, Inc. shall submit questions through their SOSSEC, Inc. point of contact. It is important to note that this solicitation is a Request for Whitepaper (RFW), not a Request for Proposal (RFP). This notice shall not be construed as a commitment by the Government to issue a RFP or ultimately award a project, nor does it restrict the Government to a particular acquisition approach. Participation in this RFW is strictly voluntary. No entitlement to payment of direct or indirect costs or charges by the Government shall arise as a result of offeror submission of responses or the Government's use of such information. The Government released a RFW under the Air Force Research Laboratory (AFRL) Other Transaction Agreement (OTA) for Prototype No. FA8750-16-9-9000 with SOSSEC, Inc. on 09 FEB 2018 - 12PM EST with a closing date of 02 MAR 2018 - 12PM EST. Further submission requirements, templates, and information are contained within the released RFW and attachments under aforementioned OTA for Prototype No. FA8750-16-9-9000 with SOSSEC, Inc. Participation in this RFW and the potential future RFP will require membership with SOSSEC, Inc. SOSSEC, Inc. is the Open Systems Acquisition Initiative (OSAI) awardee/recipient. Joining the SOSSEC Consortium is a very quick process. New members will be asked to review the consortium membership agreement and pay a $500 membership fee. The AF OTA is an agreement between the government (AFRL/RI) and the SOSSEC consortium. SOSSEC, Inc. acts as a mentor & intermediary, supporting companies that bid solutions. For further information about SOSSEC or how to join, please contact John Nunziato, 603-458-5529, jnunziato@sossecinc.com. Each respondent shall properly and adequately label proprietary information as applicable. Proprietary information is discouraged. Where proprietary information is necessary, all submissions should clearly indicate any limitations on the disclosure or proprietary information. If the prospective offeror wishes to restrict its submission, they must be marked with restrictive language. The prospective offeror shall also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." The Agreement Specialist and Agreement Officer's Technical Representative for this solicitation are as follows. Emails must reference the solicitation (PA) number and title of the project. John P. Salamy Agreement Officer's Technical Representative 525 Brooks Road Rome, NY 13441-4505 Email: john.salamy@us.af.mil Kyle W. Braunlich Agreement Specialist 26 Electronic Parkway Rome, NY 13441-4514 Email: kyle.braunlich@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/RIK-OTA-18-R-ADP/listing.html)
 
Record
SN04820001-W 20180214/180212231501-2482d620e399c5fd667a8e4d059cc9ec (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  © 1994-2020, Loren Data Corp.