Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2018 FBO #6046
SOURCES SOUGHT

D -- Global Adaptive Planning Collaborative Information Environment 2.0 (GC2.0)

Notice Date
6/11/2018
 
Notice Type
Sources Sought
 
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
FA8730-SS-GAPCIE
 
Archive Date
7/21/2018
 
Point of Contact
Lee E. Smales, Phone: 4022327367
 
E-Mail Address
lee.e.smales.civ@mail.mil
(lee.e.smales.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT GLOBAL ADAPTIVE PLANNING - COLLABORATIVE INFORMATION ENVIRONMENT 2.0 (GC2.0) Contracting Office Address AFLCMC/HBCK, 901 SAC Blvd (Suite 1H11), Offutt, AFB NE 68123 A: INTRODUCTION: This Sources Sought synopsis is being conducted pursuant to FAR Part 10, Market Research; a solicitation is not available at this time. This posting is for information gathering and planning purposes only, and in no way restricts the Government's final acquisition strategy. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Air Force Life Cycle Management Center (AFLCMC)/HBCK is seeking qualified sources to perform software development services by providing all tasks required for the maintenance, sustainment, and enhancement of the Global Adaptive Planning-Collaborative Information Environment 2.0 (GC2.0) software application. Tasks may include, but are not limited to, program management, system and software engineering, automated and manual testing, configuration management, cyber security, database management, quality assurance, and on-site customer support. The intent is for software development processes employed to allow for rapid, high quality, continuous software deliveries (e.g. Agile software development methodologies). The GC2.0 contract is being contemplated as a base, with four option years, and an overall contract value of less than $49M. The Contractor must possess and maintain a TOP SECRET (TS) level facility clearance, and personnel providing on-site support may also be required to possess a TS Sensitive Compartmented Information (SCI) clearance. Additionally, most software development will occur within the Contractor's facility, therefore an accredited SECRET level development lab, and the ability to store SECRET level information will be required. Bi-weekly software integration will occur at the Government facility, to include checkout and testing on the classified networks. The North American Industrial Classification Systems (NAICS) code is 541511, Custom Computer Programming Services which has a small business size standard of $27.5M. A small business firm competing as a prime contractor must be able to perform at least 50% of the total requirement within its own company (reference FAR 52.219-14, Limitations on Subcontracting). B. GC2.0 DESCRIPTION: GC2.0 supports a real-time, net-centric, federated planning capability that integrates operational information and creates an automated "Courses of Action" suite the National Command Authority (NCA) assesses to weigh appropriate responses. As an inherent part of this capability, GC2.0 integrates external situational awareness data with planning data in order to present a view of the current operational environment. GC2.0 provides global planners (National, Strategic, and Operational levels) a user-definable set of workspaces that can be process-structured for data, information and services orchestration. The planning workspaces support collaborative, web-based joint planning on multiple security enclaves for rapid development and maintenance of "living plans", and when necessary, the dynamic transition of integrated courses of action (COAs) to execution. GC2.0 is part of the Integrated Strategic Planning and Analysis Network (ISPAN) Program office, which is an operational information technology system of systems (SoS) spanning multiple security enclaves to support strategic leadership decision making and to provide operational war planning and analysis capabilities for USSTRATCOM missions. ISPAN consists of two components, in which GC2.0 is one of them. Joint Requirements and Oversight Council Memorandum (JROCM) 016-09 established ISPAN as the Department of Defense (DOD) Program of Record for Combatant Commander (CCDR)/strategic level joint COA development. In practice, the COA development process is a subset of joint planning, is doctrine-based, and is applicable across the planning spectrum for both campaign/contingency and crisis planners. Planning outputs include presentations during the process (e.g. briefings), outputs at the end (e.g. documents), and situational awareness throughout (e.g. "dashboard" style information display of the operational environment). GC2.0 will reuse and refine valuable parts of the existing planning functions to support new mission areas, with reengineering to increase speed and efficiency at the user interface. One recent implementation of this approach is the Dashboard capability, which allows users to construct flexible situational awareness views through the addition of customizable gadgets to a canvas. These gadgets provide connections to authoritative data sources and the GC2.0 planning environment, with visualization in multiple forms. Enhancing the Dashboard capability to provide more gadget types, more data sources, and better performance is expected to be a major focus of this sustainment effort. This makes the system's planning capabilities equally useful for fusing and presenting current operations situational awareness information. A subset of customers utilizes the operational environment view (a.k.a. dashboards) exclusively. As part of the operational environment view, external data is consumed through a variety of methods, including web services, RSS feeds, KML/KMZ files, Common Route Definition (CRD) files, etc. Incremental enhancements of this capability is necessary to maintain the system's cybersecurity posture, ensure the code base remains supportable, and provide additional enhancement and development capabilities, to include scaling the system larger and smaller for a wider user base. GC2.0 will continue to evolve to support an open, flexible, scalable, and extensible architecture that is standards-based, compatible and interoperable with the Global Information Grid (GIG), along with its existing and emerging systems and programs. At the conclusion of current efforts, the system will have completed one major update to remove technology at or near obsolescence. Additional COTS and FOSS updates are expected. The code base is comprised of approximately 200,000 source lines of code; approximately half custom code and half open source. It is primarily Java, JavaScript, and HTML. It utilizes an Angular user interface, Oracle database, Oracle WebLogic application servers, Oracle Service Bus, and Apache web servers, operating in a virtual machine environment. Other FOSS products incorporated include LeafletJS, GeoTools, TinyMCE, docx4j, Hazelcast, JQuery, JQuery UI, Spring, Hibernate, DropWizard, Docker, and neo4j. It exchanges data with external systems using a variety of web services, some of which utilize the Defense Information Systems Agency (DISA) Enterprise Messaging 4.0 (EM4) service. Infrastructure and application code is installed, configured, and deployed using Ansible. Code quality is monitored using a variety of products, including SonarQube and Fortify. The development environment will be expected to utilize Confluence, Jira, Jenkins, Maven, Protractor, and Selenium, among other products. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing the software development services to maintain and/or further enhance GC2.0 are invited to respond. Respondents are requested to submit capability packages as instructed below: a. Capability packages shall be delivered in one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email. Capability packages shall contain UNCLASSIFIED material only. b. Capability packages should not exceed 15 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. All capability packages must be received no later than 4:00pm (Central Time) on 06 July 2018. c. Capability package responses, and all questions, shall be sent via email to the Contracting Officer, Mr. Lee Smales, at lee.e.smales.civ@mail.mil. 2. Respondents must include the following information within their capability packages: a. Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. Type of Interest: Is your company likely to propose as a prime contractor? Or, is your company looking for subcontracting opportunities? c. Small Business: Small businesses are encouraged to respond to this announcement. Small business respondents should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). D. CAPABILITY PACKAGE EVALUATION CRITERIA: The Government will review capability packages based on the following criteria. 1. Does your company currently possess, or have the ability to obtain, a U.S. Top Secret (TS) level facility clearance. 2. Has your company worked similar efforts requiring rapid, high-quality, continuous software deliveries? a. Provide contract number, contract value, period of performance, customer point of contact, and description of the technical scope for your most relevant effort(s) (not to exceed 3). b. Of the contracts identified, were any of the following software and infrastructure components applicable to the effort? i. Java 2, Enterprise Edition (J2EE) frameworks, n-tier architectures, the associated J2EE code development, and deployment architectures and runtime environments (e.g. Oracle Application Servers and Oracle Enterprise Service Bus) ii. RedHat Linux, and firewall management iii. Relational Data Base Management System (RDBMS) iv. DoD Public Key Infrastructure/Public Key Enablement (PKI/PKE) v. Web interface frontend to include HTML5, CSS, Javascript, Angular, client-side routing, web sockets, and web-components vi. Collaboration tools such as made by Atlassian in support of Agile Development methodologies. c. Explain the software development methodology employed for that effort(s), to include the general makeup of your software development teams, number of teams employed, and length of delivery cycles. d. Explain whether software development occurred in the company's or customer's facility, and the classification level of the software development lab. If not at the customer's facility, what was the geographic proximity to the customer and what challenges were experienced/overcome if not in the local area. 3. Demonstrate knowledge of System Configuration Management software using prevailing open source tools such as Ansible, Salt, Chef, or Puppet. Demonstrate knowledge of system creation, configuration, patching, auditing, and destruction. 4. Demonstrate expertise/experience with trunk based development and branch by abstraction. 5. Demonstrate expertise with automated build processes and Continuous Integration (CI) practices to include automated unit, integration, build, and system testing. 6. Demonstrate expertise of Continuous Delivery (CD) software engineering approach in which teams produce software in short cycles, ensuring that the software can be reliably released at any time. 7. Demonstrate expertise with a micro services software architecture using language-agnostic APIs. 8. Demonstrate expertise with virtualization platform, such as VMWare, to include orchestration, monitoring, managing, securing, and scaling virtualized assets. 9. Demonstrate expertise with a container management platform to include orchestration, monitoring, managing, securing, and scaling containers. 10. Describe your experience integrating capabilities developed by 3rd parties. 11. Describe your experience for managing and contributing code to open source projects. 12. Demonstrate expertise/experience with web service development, to include utilization of an enterprise service bus, and management of enterprise services. 13. Demonstrate expertise/experience with sustaining and developing software across multiple security enclaves, to include Non-classified Internet Protocol Router Network (NIPRNet), Secret Internet Protocol Router Network (SIPRNet), and Joint Worldwide Intelligence Communications System (JWICS). E. ORGANIZATIONAL CONFLICT OF INTEREST: The Government would also like to remind companies of their responsibility to avoid and/or mitigate potential Organizational Conflict of Interest (OCI). This initiative is especially important for companies supporting Government entities in Advisory and Assistance Services (A&AS) under the USSTRATCOM Systems and Mission Support (USAMS) contracts administered by the 55th Contracting Squadron, Offutt AFB, NE. OCI guidance can be found in FAR Part 9.5. A company finding it has a potential OCI situation must submit, and have approved, a mitigation plan prior to the Government's consideration of any proposal for award. Since the approval process can be lengthy and approval of any plan is not assured, it is highly recommended that potential OCI identification and resolution processes begin as soon in this pre-award phase as possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8730-SS-GAPCIE/listing.html)
 
Place of Performance
Address: United States Strategic Command (USSTRATCOM), Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN04950598-W 20180613/180611230752-4fb299055785fc3f5595265f988aef83 (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.