Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2010 FBO #3164
SOLICITATION NOTICE

99 -- DEFENSE INTELLIGENCE MODERNIZED INTEGRATED DATABASE (MIDB) ENTERPRISE (DIME)

Notice Date
7/22/2010
 
Notice Type
Presolicitation
 
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
FA8750-10-R-0157
 
Point of Contact
Lisa M. Barone, Phone: 315-330-7530
 
E-Mail Address
Lisa.Barone@rl.af.mil
(Lisa.Barone@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Research Laboratory (AFRL) Information Directorate has a requirement for an integrated software solution that improves product capabilities of the current Order of Battle (OB) functionality for the Defense Intelligence Modernized Integrated Data Base (MIDB) Enterprise (DIME) including all elements of OB data production and dissemination in support of the warfighter operations and national production. The successful offeror's proposed software approach will: (1) Advance the current software functionality towards full automation of all needed OB capabilities, including support to the following ten components of the system: MIDB Data Access Layer (MDAL), General Military Intelligence Database (GMIDB), Morpheus user interface, MIDB XML Data Exchange (MXDE), Person of Interest (POINT) Database, Point Data Access Layer (PDAL), Association (ASSOC) Database, ASSOC Data Access Layer, Replication, and Cross-version Bridge (CVB); (2) Improve software performance; and (3) Incorporate new versions of Commercial-Off-The-Shelf (COTS) and newly developed (i.e. Government-Off-The-Shelf (GOTS)) software, as required. The effort also requires the successful offeror to: (1) Participate in integration and or testing with various operating environments for the Department of Defense Intelligence Information System (DoDIIS), to include Global Command and Control System (GCCS)- Integrated Intelligence and Imagery (GCCS-I3), GCCS-Joint (GCCS-J), GCCS-Joint Digital Intelligence Support System (GCCS-JDISS), GCCS-Maritime (GCCS-M), GCCS-Air Force (GCCS-AF), etc.; and (2) Respond quickly to user mission needs concerning the training, operations, and management of the delivered software capabilities. While meeting the needs of the Intelligence community-at-large, customer-specific capabilities must be provided and maintained for interoperability with legacy and evolving systems, managed databases, and architecture changes. MIDB is the worldwide General Military Intelligence [GMI] database for the Shared Production Program (SPP) to provide GMI data to the warfighter. MIDB is available in both JWICS and SIPRNet domains. To be considered capable, interested parties must demonstrate a knowledge of the following: (1) Describe any relative experience with JWICS and SIPRNet domains; (2) Describe an approach for maintaining an operational baseline while developing and delivering new releases of the MIDB system; (3) Describe an approach to build functionally cohesive but loosely coupled databases; (4) Describe a capability to replicate large volumes of data; (5) Describe an ability to work with text, images and mapping data; (6) Describe a method/approach to perform queries against disparate databases which form a comprehensive review for use by a MIDB analyst(s) on a single desktop environment; and (7) Describe an approach for managing a common database architecture between large organizations such as the Defense Intelligence Agency and DoD service components. Anticipated deliverables include computer software and technical documentation. An Indefinite-Delivery, Indefinite-Quantity (ID/IQ) -Supply contract is contemplated with an ordering period of forty-eight (48) months. The acquiring agency anticipates that approximately $49.8 million will be sufficient to cover orders for the duration of the ordering period. Contract type is IDIQ, FFP/CPFF Completion Type Orders. The North American Industry Classification System (NAICS) code for this acquisition is 541511 and the size standard for small business is $25 million in annual receipts. Evaluation of the small business capability packages received in response to the previous Sources Sought notice resulted in a determination that a small business set-aside was not appropriate. The successful offeror will be selected as a result of full and open competition. Foreign participation is excluded at the prime contractor level. The successful contractor may receive and/or generate technical data subject to export control in the performance of the contract. Therefore, prospective offerors must provide a completed and/or approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (CCAL) or the offeror is seeking application to CCAL. The successful offeror must have an approved DD Form 2345 prior to award. For further information on CCAL, contact the Defense Logistic Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. It is solely the responsibility of the contractor to obtain an export license from the U. S. Department of State and to comply with the federal laws and regulations. Questions concerning the International Traffic in Arms Regulations (ITAR) and export licensing must be directed to the U.S. Department of State's Directorate of Defense Trade Controls and not the Air Force Project Engineer, Contracting Office, or Air Force Foreign Disclosure Office. A technical library relating to the subject area of this acquisition is available for review by potential offerors at the Air Force Research Laboratory/RIEB, Building 3, 525 Brooks Road, Rome New York 13441-4505. The library contains technical data subject to export control. Appointments for access may be made by submitting a request to the AFRL Program Manager, Mr. Jody Pettis, at least four (4) business days in advance. Prior to access being granted, potential offerors must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement, along with a letter from the Data Custodian designated on that form, authorizing access to whomever will be reviewing the library. Address the request to: ATTN: Jody Pettis, Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, or via fax to (315) 330-3913. Interested parties are advised that to perform this acquisition the successful offeror will be required to have at the time of award five (5) personnel with Top Secret SCI clearances and five (5) personnel with collateral clearances (total for the prime and all subcontractors). Within 60 days of contract award the contractor must have a total of fifteen (15) personnel with Top Secret SCI clearances and fifteen (15) personnel with collateral clearances (total for the prime and all subcontractors). Interested parties are also advised that to perform this acquisition the successful offeror will be required to have SIPRNet access at time of award to work operational site problems. Contract awardees must have access to a secure facility to work at the Secret level and store data at the Secret level within 60 days of contract award. Foreign participation is excluded at the prime contractor level. 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, Bob Stadelmaier at (315) 330-1726, Robert.Stadelmaier@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman 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) 904-4407. 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 ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fedbizopps.gov/. 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 Lisa.Barone@rl.af.mil in order to be placed on the List of Registered Parties. Include your company's 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 FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All responsible sources may submit a proposal in response to the RFP which shall be considered. The Draft Request for Proposal is expected to be posted for review and comment by potential offerors on or around 12 AUG 2010. The formal solicitation is expected to be released on or around 14 SEP 2010. Any questions concerning clarifications of the terms and conditions should be communicated directly to the Contract Specialist, Lisa Barone at (315) 330-7530 or the Contracting Officer, Robert Stadelmaier at (315) 330-1726. Technical questions should be directed to the DIME Program Managers, Jody Pettis at (315) 330-4973, Jody.Pettis@rl.af.mil. Any contractual questions or questions concerning this Pre-solicitation Notice may be directed to the Contract Specialist, Lisa Barone at (315) 330-7530, Lisa.Barone@rl.af.mil or the Contracting Officer, Robert Stadelmaier at (315) 330-1726, Robert.Stadelmaier@rl.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-10-R-0157/listing.html)
 
Record
SN02215425-W 20100724/100722235638-8d705352d45e52f3487e8b20839a5e44 (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.