Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2008 FBO #2497
SOLICITATION NOTICE

A -- Information Support Server Environment (ISSE) Research & Development

Notice Date
9/25/2008
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
ISSE_(A)
 
Point of Contact
Joseph W. Austin,, Phone: 315-330-4310
 
E-Mail Address
Joseph.Austin@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION DATE - 25 SEP 2008 Action Code: Sources Sought Posted Date: 25 SEP 2008 Classification Code: A -- Research & Development Contracting Office Address: Department of the Air Force, Air Force Material Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4514 Title/Subject: INFORMATION SUPPORT SERVER ENVIRONMENT (ISSE) GUARD II Response Date: 09 OCT 2008 Primary Point of Contact: Joseph Austin, AFRL/RIKE, 26 Electronic Parkway, Rome, NY 13441-4514, Email: Joseph.Austin@rl.af.mil, (315) 330-4310 Solicitation Number: FA8750-09-R-0002 A Sources Sought Notice was released by The Air Force Research Laboratory, Rome Research Site (AFRL Rome) on 01 JUL 2008 under both classification codes A, Research and Development, and R, Professional, administrative, and management support services, entitled "INFORMATION SUPPORT SERVER ENVIRONMENT (ISSE) Research & Development " and "INFORMATION SUPPORT SERVER ENVIRONMENT (ISSE) GUARD Professional, Administrative, and Management Support Services" respectively. The NAICS code for the sources sought was 541511, Custom Computer Programming Services, with a size standard of annual average receipts of $23 million. Since the Sources Sought notification, a pre-solicitation was posted entitled, "INFORMATION SUPPORT SERVER ENVIRONMENT (ISSE) GUARD II" under the R, Professional, Administrative, and Management Support Services, classification, dated 21 AUG 2008. The objective of this posting is to rescind the pre-solicitation notice dated 21 AUG 2008, and modify the established NAICS code to 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), with a size standard of 500 employees. Additionally, capable sources, who have not already provided a capabilities package, are sought to perform software research, development, and implementation for the AFRL/RIE Division, Air Force Research Laboratory, Rome Research Site, Rome NY (AFRL Rome). AFRL Rome has a requirement to conduct Information Support Server Environment (ISSE) Guard software enhancement, implementation, system integration, installation, operation and maintenance, research and development, and support for the Air Force Intelligence Surveillance and Reconnaissance (ISR) Agency's Combat ISR Office, the U.S. Intelligence Community, the U.S. Department of Homeland Security, U.S. Federal Law Enforcement Agencies, and existing ISSE user sites. This effort supports Air Force efforts in providing commands with required Cross-Domain ISR information and capability, when and where it is needed. This Inter-domain information sharing program will enhance the current ISSE Guard at the Unified and Major Commands and their subordinate units and maintain the current ISSE Guard sites. Software development, integration, deployment and maintenance will be provided for the ISSE Guard. It will be necessary to provide analysis, design, development, integration management, system and network administration/operation, technical documentation and testing to support the maintenance and evaluation of existing systems and of new development systems. In the course of performance, the support personnel will interface with various agencies and commands throughout the DoD through electronic means and visits to various DoD and U.S. Intelligence Community sites worldwide. The support personnel will also provide technical support to AFRL/RIE to assist in the analysis, design, development, integration, testing and evaluation. Anticipated deliverables include software and technical documentation. This work will require a source that maintains a SECRET facility clearance and staff with TOP SECRET / SCI security clearances. An indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 60 months. Responses to this sources sought are requested from small businesses that did not, or have not already, had the opportunity to submit a capabilities package under the previous NAICS code's small business standard of $23 Million in average receipts 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. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, service-disabled veteran-owned small business, HUBZone small business, or historically black college or university (HBCU) or minority institution (MI)(as defined by the clause at DFARS 252.226-7000). In making any type of small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns of that type. 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. Respondents must demonstrate knowledge and expertise in the following areas: Multi-Level security technologies, Certification and Accreditation (C&A) processes for both the Top Secret and Below Interoperability (TSABI) and Secret and Below Interoperability (SABI) communities, the DoDIIS Integrator's Guide (DIG), general knowledge of Service Oriented Architecture (SOA) and applicability to a cross domain environment, Unified Cross Domain Management Office (UCDMO) and DoDIIS Cross Domain Management Office (DCDMO) policies, applicable cross domain security requirements including Committee on National Security Systems (CNSS) Instruction No. 1253 Security Control Catalog for National Security Systems, general knowledge of the DoD unique Guarding requirements, Public Key Infrastructure (PKI) and Lightweight Directory Access Protocol (LDAP)/Full Service Directories (FSD). In addition to the discussion of the offer's capabilities to support the ISSE program to the above listed standards, the following should be provided. Please reference question number with each response as follows. 1. Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address, and Size of your Organization (i.e. Large Business, Small Business) using as the basis for your response. 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). 2. Responses should identify your organization's experience with and capability with regard to software development and cross domain technologies. Include familiarity and experience with Certification Test and Evaluation and Security Test and Evaluation of Cross-Domain Systems. 3. Provide a limited discussion of the offerer's software development methodology to include process certification (i.e. Capability Maturity Model Integration "CMMI", International Organization for Standardization "ISO" or Six Sigma) 4. Provide past performance information for projects or programs relevant to the needs of the ISSE program, such as highly complex software development efforts for the U.S. Intelligence Community, U.S. Homeland Security Community, or U.S. Department of Defense. Provide information on 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 from other Government and commercial sources. 5. Do you have or have you developed software that is being used by other government (Federal, State or Local) organizations (if so, who). 6. Responses should identify any current or potential future regulatory and / or security concerns. 7. How many people does your company employ? 8. Will you need to hire additional personnel to perform this effort? 9. Is your company's cost accounting system approved by DCAA or DCMA? If not, how would your company financially administer a cost-reimbursement type contract? 10. Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? Respondents are requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Large businesses are also encouraged to submit e-mails of intent to the contract specialist, Joseph.Austin@rl.af.mil, should this effort not be selected as a small business set-aside. A technical read library, available on Compact Disc (CD), relating to the subject area of this acquisition will be available for review by potential offerors. This technology is listed on the Military Critical Technology List (MCTL). As a result, International Traffic in Arms Regulation (ITAR) applies which requires the contractor to have a certified DD 2354, Militarily Critical Technical Data Agreement. 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 ISSE Guard Program Manager at ATTN: Mr. John Woodruff, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, Email at John.Woodruff@rl.af.mil, 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/. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Bonnie L. Goetz, (315) 330-2008, Bonnie.Goetz@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (AUG 2005) will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Susan Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level, may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The draft Request for Proposal is expected to be posted for review and comment by potential offerors during the first (1st) quarter of the Government fiscal year 2009. The formal solicitation is expected to be released in the first (1st) quarter of the Government fiscal year 2009. When it is issued, THE ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fedbizopps.gov/. The FedBizOpps offers a registration service that will send an e-mail notification when a change is made to this announcement. To register, click on the "Add To Watchlist" button at the top of this announcement in FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective offerors interested in submitting a proposal for this solicitation must register by e-mail directly with the Contract Specialist, at Joseph.Austin@rl.af.mil, in order to be placed on the List of Registered Parties. Include your company name, address, telephone number and point of contact, fax number, e-mail address and Commercial and Government Entity (CAGE) code. The Contract Specialist will post this list on the FedBizOpps along with the solicitation to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contract Specialist should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Any questions concerning clarifications of the Statement of Scope or the terms and conditions should be communicated directly to the Contract Specialist, Joseph Austin at 315-330-4310 or the Contracting Officer, Bonnie L. Goetz at 315-330-2008. Technical questions should be directed to the Laboratory Program Manager, John Woodruff at 315-330-7156, e-mail John.Woodruff@rl.af.mil. Contractual questions should be directed to the Contract Specialist at 315-330-4310, e-mail Joseph.Austin@rl.af.mil. See Numbered Note 26. All responsible sources may submit a proposal in response to the RFP which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e12c3f09588cda3ff804fd8997ddc95d&tab=core&_cview=1)
 
Record
SN01681958-W 20080927/080925223435-e12c3f09588cda3ff804fd8997ddc95d (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.