Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2021 SAM #7329
SOURCES SOUGHT

99 -- Engineering for Virtualized Enterprise and Remote Access Technology (EVEREST)

Notice Date
12/23/2021 10:53:22 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8750 AFRL RIK ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
RFI-RIKD-22-01
 
Response Due
1/14/2022 12:00:00 PM
 
Point of Contact
ROMAN ZHUK, TERRENCE B. LIPINSKI
 
E-Mail Address
Roman.Zhuk@us.af.mil, terrence.lipinski@us.af.mil
(Roman.Zhuk@us.af.mil, terrence.lipinski@us.af.mil)
 
Description
AFRL/RIKD is conducting market research for a potential requirement.� Please note this Request for Information (RFI) is for planning purposes only.� The information obtained from responses to this notice may be used to form a future acquisition strategy and solicitation, should one be issued. The Government is considering establishing one or more contracts / task orders / other transactions with an overall performance period of 5-7 years.� Anticipated contract type is Cost Plus Fixed Fee (CPFF).� Anticipated funding types are Research Development Test & Evaluation, Procurement, and Operations & Maintenance.� Please note that the contract type and duration are subject to change as the acquisition strategy is developed. To fulfill this requirement, Contractor employees will need to obtain Common Access Cards (CACs), perform on Government facilities in the United States and other locations, and access up to Top Secret/Sensitive Compartmented Information (TS/SCI).� It is anticipated that only United States (US) citizens may perform under this effort. The requirement includes specialized software research, software development, integration, deployment, familiarization, testing, installation, maintenance, and lifecycle support activities.� This effort will enable research, enhancement, and maintenance of Multi-Level Access (MLA) data, information, processes, and systems.� MLA solutions are a type of Cross Domain (CD) system that provides authorized users the ability to securely access data from multiple security domains from a single client device, while protecting the security domains from unauthorized access or malicious attack. The Contractor will concentrate effort on enhancing a current MLA solution, researching and developing new MLA technologies, and supporting these solutions to meet current and rapidly evolving intelligence and security needs of the Department of the Air Force (DAF), Department of Defense (DoD), and Intelligence Community (IC).� As MLA requirements continue to evolve, consistent and rapid research, development, enhancement, and sustainment of SecureView and new applications will be required.� Focus areas include Raise-the-Bar security requirements for cross domain, performance, commodity hardware compatibility, open source, lifecycle functions and phases to include studies, analyses, designs, development, recommendations, enhancements, integration management, configuration management, testing and evaluation of existing and new systems transitioning into an operational environment, software/hardware installation, certification and systems/network administration and operation.� The effort will result in the availability of a scalable, certified MLA system to be utilized by the DAF, DoD, and IC agencies for increased security across multiple domains, accredited for operation at different classification levels within high-security environments. The Contractor will participate in DAF efforts to provide other organizations with required CD Command & Control Intelligence Surveillance & Reconnaissance (C2ISR) information when and where needed.� Representative customer organizations for cross security domain MLA solutions include an existing user base, DAF (such as 16AF), DoD, Combatant Commands, IC, Department of Homeland Security (DHS), and US Federal Law Enforcement Agencies. Anticipated deliverables include: technical engineering throughout all aspects of the system and software lifecycle; technical, programmatic and gap analysis; prototype development; system and program administration; site support; and security engineering as well as computer software, documentation, engineering and security reports, installations analysis and support, and operations, maintenance, and system administration services. CAPABILITY STATEMENTS AFRL/RIKD is seeking capability statements from all interested parties. 1.� Reply by email in a document not exceeding 10 pages.� Word or PDF files, with minimal graphics, are preferred. 2.� Provide the following business information on the first page: ����������� (a)������� Company name and address ����������� (b)������� CAGE code ����������� (c) ������ Point of contact (name, email, phone) ����������� (d)������� Facility clearance level ����������� (e)������� Safeguarding level ����������� (f) ������� Cost accounting system status (ex. adequacy determination by DCAA, approval by DCMA) ����������� (g)������� Suggested 6-digit NAICS code for this type of work.� Please refer to: ����������������������� https://www.census.gov/naics/?58967?yearbck=2017 ����������� (h)������� Any existing Government-wide Acquisition Contract (GWAC), open solicitation, or other vehicle that this�� � � � � � � � � work could be performed under, or if a new source selection would be more appropriate 3.� Provide a copy of your current DD2345.� (Note that this form does not count toward the 10 pages.)� Additional information is at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx 4.� Describe your organization�s ability to meet the technical requirements described herein.� Please do not simply restate the technical requirements in your response.� Be sure to: ����������� (a)������� Describe the type, quantity, experience, and qualifications of personnel/labor categories and other organizational resources that would be used to meet the technical requirements.� To scope the magnitude of effort, for your capability statement assume approximately 30-40 Full Time Equivalents (FTEs) initially, with the potential to double over 5 years.� In addition to labor, requirements will include travel, materials, and other direct costs (ODCs).� Work may need to be performed simultaneously at several Government locations. ����������� (b)������� Address the availability of personnel with security clearances.� It is anticipated that approximately 50% of personnel will need to be TS/SCI cleared and available at time of award, with the remainder Secret/Collateral cleared.� It is anticipated that all personnel must be US citizens.� Describe the experience and knowledge of these personnel with respect to classified CD requirements, processes, and certifications supporting all phases of the system and software lifecycle. ����������� (c)������� Address the availability, experience, and knowledge of 10-15 FTEs to support development of an OpenXT or other Hypervisor project. ����������� (d)������� Identify any areas which likely would require subcontracting or a teaming arrangement, any particular subcontractors or teaming partners you have experience working with for this type of requirement, and whether the majority of requirements could be performed by your organization or would need to be performed by subcontractors or teaming partners. ����������� (e)������� Include a brief (i.e. no more than but approximately 1 page total) description of your organization�s quality control, risk management, and safety practices as they would be applied to this effort. ����������� (f)�������� Whether your organization is foreign-owned/foreign-controlled and if foreign national employees would be required to fulfill the requirements. ����������� (g)������� Describe how your organization could meet a fluctuating workload driven by factors such as budget variations; emergent technology interest areas; diverse customer base; demonstration and transition opportunities; and operational feedback. 5.� Identify up to 4 previous or ongoing contracts / programs / efforts with Government, commercial, academic, or other customers performed within the last 4 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.� Of primary interest is work which supported intelligence and CD technology development, Zero Trust, hypervisor technology advancement, certification, deployment, and maintenance.� Clearly identify and describe experience in developing solutions involving some or all of these technologies: (a) Virtualization, (b) XEN hypervisors, (c) OpenXT, and (d) Multi-Level Access. 6.� Please submit your response to roman.zhuk@us.af.mil and terrence.lipinski@us.af.mil by 3 PM (ET) FRI 14 JAN 2022. It is important to note that this Request for Information is not a Request for Proposal.� No solicitation is being issued at this time.� This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.� Any information provided to the Government as a result of this Request for Information is voluntary.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government�s use of such information. (END)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/12e7443b69b14509997c00a7b8e962eb/view)
 
Record
SN06204769-F 20211225/211223230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.