SOURCES SOUGHT
A -- AFRL/IFEB Target Exploitation Development and Support (TEDS)
- Notice Date
- 4/14/2004
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8750-04-R-0037
- Point of Contact
- Scott Podkowka, Contract Specialist, Phone 315-330-4716, Fax 315-330-1608,
- E-Mail Address
-
Scott.Podkowka@rl.af.mil
- Description
- Capable sources are sought to continue development and enhancement of the current operational targeting functionality of joint targeting automation software towards full automation of all needed targeting capabilities including support to all elements of the joint targeting community and time-critical and time-sensitive targeting operations according to the approved Operational Requirements Document (ORD) entitled, "Final Operational Requirements Document (ORD) CAF (JS/J2) 005-00-II-A for the Joint Targeting Toolbox (JTT) JROCM #217-02", dated 16 Dec 2002. The effort will include making changes to improve performance and responsiveness to operational needs; upgrade the current suite of applications with new versions of Commercial-Off-The-Shelf (COTS) and newly developed (Government-Off-The-Shelf (GOTS)) software; support integration testing with various operating environments; and respond quickly to user mission needs concerning the training, initialization, operation, and management of the supported suite of applications. While meeting the needs of the targeting community-at-large, unique Service capabilities must be provided and interoperability with legacy and evolving systems, data bases and architectures must be maintained. Anticipated deliverables include computer software development and technical documentation. An Indefinite-Delivery, Indefinite-Quantity (I.D.I.Q,) Cost Plus Award Fee (CPAF) - Completion type contract is contemplated with an ordering period of sixty (60) months. The maximum contemplated ordering amount is $48,000,000. The prime contractor and/or system integrators for this contract must have Top Secret SCI security clearances. Interested parties are advised that to perform this acquisition the successful offeror will be required to have at the time of award 35 Top Secret SCI clearances (total for the prime and all subcontractors). Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. The North American Industry Classification Systems (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone 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). As discussed at FAR 19.502-2(b)(2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performances, and schedules. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. See Numbered Note 25. This information will assist the Air Force in making a set-aside decision. Provide information on at least three (3) contracts for similar work within the past five (5) years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the Offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained form other Government and commercial sources. Respondents must demonstrate knowledge/expertise in the following areas: (1) DoDIIS and Intelligence products and systems as related to targeting and in particular JTT; (2) analysis, research, development, testing and integration of new capabilities and enhancements to the overall capability of JTT to use production and intelligence data sources to perform target analysis, target development, execution assessment, battle damage assessment and campaign assessment; (3) evaluation of targeting application performance to determine whether requirements demands are consistent with objectives of the Joint ORD and Functional Requirements Document (FRD); (4) development (system requirements analysis, system design, software design, coding, unit testing, factory acceptance testing, beta I and II testing and fielding) and maintenance (central maintenance and Facility Service Representatives permanently located at sites worldwide) of the Joint Targeting Toolbox (JTT) baselines; (5) establishment and maintenance of a configuration management processing accordance with an approved Configuration Management Plan (CMP) and the CUBIC CMP for support of all software development and operational baselines; (6) utilization of and providing system and software engineering metrics, procedures and practices to measure, track and review the technical development progress on a continual basis; (7) performance of Quality Assurance on all releases; (8) implementation of a process for handling Problem Reports and Change Requests in accordance with the CMP and CUBIC CMP; (9) Implementation of a reporting procedure to describe each problem assigned in software or documentation that have been placed under configuration control; and management functions required to track and report the development and maintenance status and the funding status. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) Will you need to hire additional personnel to perform this effort? (4) Is your company's cost accounting system approved by the DCAA or DCMC? If not, how would your company financially administer a cost-reimbursement type contract? (5) Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? (6) Is your company a foreign-owned/foreign-controlled firm and do you contemplated the use of foreign national employees on this effort? (7) Explain how your company will fill the 35 required TSC positions. (8) What is your company?s Certified Contractor Access List (CCAL) number? Large businesses are also encouraged to submit e-mails to the Contract Specialist stated below of intent should this effort not be selected as a small business set-aside. A technical read library relating to the subject area of this acquisition is available for review by potential offerors. Access may be gained by contacting the Program Manager, Dennis Jones, at (315) 330-4489. The library contains sensitive technical data, therefore, prior to access being granted, respondents must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement," which certifies the respondent is on the Certified Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to the Program Manager, Dennis Jones, at Air Force Research Laboratory/IFEB, 32 Brooks Road, Rome, New York 13441-4114, or fax to his attention at (315) 330-3913. For further information on CCAL, contact the Defense Logistics Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. The draft Request for Proposal is expected to be posted for review and comment by potential offerors on or before 21 February 2004. The formal solicitation is expected to be released within the 2nd quarter of the Government fiscal year 2004. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. Technical questions should be directed to the Program Manager via e-mail to dennis.jones@rl.af.mil or by phone at (315) 330-4489. Contractual questions should be directed to the Contract Specialist, Scott Podkowka, via email to scott.podkowka@rl.af.mil or by phone at (315) 330-4716. See Numbered Note 26. The Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities. All statement of capabilities must be addressed to the attention of Janis Norelli, AFRL/IFB, 26 Electronic Parkway, Rome, NY 13441-4514, and must be received by 4:00 P.M., EST, on 19 December 2003. Responses must reference the solicitation number, and contain the respondent?s Commercial and Government Entity (CAGE) code, e-mail address, mailing address, and FAX number.
- Record
- SN00565649-W 20040416/040414211859 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |