SOURCES SOUGHT
R -- Development, Operations, & Maintenance Bridge
- Notice Date
- 3/15/2011
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Air Force Nuclear Weapons Center, AFNWC PKE, BLDG 20604 CP 505 846 9516, 2000 WyYOMING BLVD DE, KIRTLAND AFB, New Mexico, 87117-0001, United States
- ZIP Code
- 87117-0001
- Solicitation Number
- DOMBridge-DMOC
- Archive Date
- 10/15/2011
- Point of Contact
- James P. Channell, Phone: 505-846-6482, Donna Heinz, Phone: 505-846-9516
- E-Mail Address
-
james.channell@kirtland.af.mil, donna.heinz@kirtland.af.mil
(james.channell@kirtland.af.mil, donna.heinz@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Development, Operations, and Maintenance (DO&M) requirement in support of the Distributed Mission Operations Center (DMOC) for the 705th Combat Training Squadron (CTS) at Kirtland AFB, NM, is currently performed by Lockheed Martin Simulation, Training, and Support, 12506 Lake Underhill Rd, Orlando, FL 32825-5002, under contract F29601-01-C-0242. This contract was originally awarded October 2001. In order to ensure critical mission requirements continue upon this contract's expiration, 30 September 2011, the Air Force Nuclear Weapons Center intends to solicit and negotiate a sole-source 6 month follow-on (bridge) contract (4 month basic period with 2 one-month options) with the incumbent contractor, Lockheed Martin, under the authority of FAR 6.302-1, Only One Responsible Source. This authority allows for a follow-on contract for highly specialized services when award to any other source would result in substantial duplication of costs and/or unacceptable delays in fulfilling the agency's requirements. Due to the specialized nature of the services being performed, the number and level of security clearances required, and the multitude of on-going projects (30 projects) requiring continuity, if a follow-on contract award were to be made to other than the incumbent, there is a required 30-day transition period (starting 1 September 2011) to ensure proper project transition, with the successor contractor taking on full responsibility by 30 September 2011. Given the need for a 30-day transition period, this NOCA is part of a market research effort to assess industry capabilities that will best address the DMOC needs as further described below. The sole purpose of the bridge contract is to ensure critical mission requirements continue while AFNWC/PKE completes a competitive source selection for the procurement of these DO&M services. The Sources Sought for the competitive source selection was posted on 15 September 2010 through the Federal Business Opportunities website. The formal Request for Proposal for the competitive source selection was posted on 1 March 2011 as the Infrastructure, Development, and Engineering effort FA9422-11-R-0001. Description of the Efforts Needed Statement Of Work (SOW): The mission of the 705 CTS is to "develop, integrate, and deliver a virtual Air, Space, and Cyber environment for Air Force, Joint, and Coalition combat training, test, and experimentation." This mission requires the 705 CTS to maintain a highly-qualified staff of government and contractor personnel with expertise in exercise design and execution, weapons systems integration and interoperability and Distributed Mission Operations (DMO) technology development. Since the Air Force inherited Modeling and Simulation (M&S) capabilities from the Identification Friend, Foe, or Neutral Joint Test and Evaluation (JT&E) in 1990, the mission and capabilities of the DMOC, have undergone significant change. One of the major drivers in this change was the Chief of Staff of the Air Force (CSAF) endorsement of the DMO vision in 2004. DMO promotes the use of advanced M&S capabilities as a realistic means to connect Command, Control, Intelligence, Surveillance, and Reconnaissance (C2ISR) assets and combat systems to test and train on modern tactics, particularly during times of high Operations Tempo (OPSTEMPO). Furthermore, training and testing transformation initiatives within the Department of Defense (DoD) will continue to have a major influence on the DMOC. Since 2005, the DMOC has experienced a significant growth in mission requirements and in staffing levels to achieve the DMO vision established by CSAF. The 705 CTS anticipates continued expansion of the DMOC mission primarily in the areas of seamlessly integrating the Theater Air Ground System (TAGS) at the operational and tactical levels of warfare, providing robust joint and coalition training, controlled interface and Multi National Information Sharing (MNIS) operations, testing in realistic operational environments, integrating live and simulation environments, and experimenting with advanced weapons systems and evolving Tactics, Techniques, and Procedures (TTPs). Utilizing the DMOC and associated resources, the 705 CTS performs training, tests, and experimentation with military personnel operating live weapon systems and high fidelity simulations in a dense synthetic environment. DMOC resources include: simulations of airborne systems; surveillance systems; airborne and ground command, control and communication systems; Surface-to-Air Missiles (SAMs); voice communications systems, data link systems; data loggers; network analysis tools; and intelligence systems. The battlespace is currently capable of simulating up to 50,000 simultaneous air and ground objects. Digital terrain databases include Digital Terrain Elevation Data (DTED), Digital Feature Analysis Data (DFAD), and Controlled Image Base (CIB) imagery. Information Operations (IO), Electronic Warfare (EW) and Weather effects (Wx) are under development and may be modeled. The DMOC is linked to a large number of military and contractor simulation facilities through point-to-point and wide area networks. Distributed Interactive Simulation (DIS), High Level Architecture (HLA) and Test and Training Enabling Architecture (TENA) gateways and corresponding network components allow the DMOC to interface with a variety of joint Live - Virtual - Constructive (LVC) simulation facilities. Translators are available to allow exchange of tactical data link messages between actual field equipment and simulation models. Objective: The offeror shall provide technical expertise for the DMOC battlespace to support execution of DMOC training events, tests, and experimentation activities as well as other DMOC appropriate initiatives such as design and implementation of DMO standards. The DMOC battlespace includes, but will not be limited to: internal and external networks and their connections; IT equipment; numerous desktop computers and servers; communication equipment; a variety of LVC simulators; a wide breadth of commercial, government and custom software applications and operating systems; and everyday office equipment. Contract deliverables will include, but will not be limited to: developing and implementing working hardware and software solutions; ensuring connectivity across multiple networks; programmatic deliverables; after action reports; technical reports; study reports; trip reports; engineering drawings; system, and technical architectures; simulation interoperability standards; and technical schematics. Based on current trends the estimated labor total for this scope of work is 75,000 hours for the 6 month period. Mission Areas: Efforts under this synopsis for the required support have been broken into five Primary Mission Areas with representative examples (note examples provided are not exhaustive): 1) Internal Training Events - DMOC internal training events include major exercise events such as Virtual Flag (VF) and smaller scale training events such as Warfighter Focused Events (WFEs), Joint Kill Chain Events (JKCEs), and Air Force Weapons School Training Events (WSTEs). 2) External Training Events - External training event examples include Northern Edge (NE), Fleet Synthetic Training - Joint (FST-J), and Northern Goshawk (NG) exercises. 3) Testing Events -Testing event examples include the Joint Command & Control of Net-Enabled Weapons (JC2NEW) and Joint Fires Coordination Measures (JFCM) joint tests. 4) Experimentation Events - Experimentation event examples include Defense of the Homeland Against Asymmetric Missile Attacks (DoHMA) and Integrated Air and Missile Defense (IAMD) events. 5) Projects - The 705 CTS manages a large number of Research, Development, Test, and Evaluation (RDT&E) and facility improvement projects aimed at improving M&S capability within the DoD and the international community. Required Skill Set: The contractor shall demonstrate that they can provide the following skill sets and/or knowledge bases in order to accomplish all of the above mission areas. Additionally, the contractor shall address experience in the above mission areas and, specifically, in the areas listed below. The list is not intended to be all-inclusive of every skill-set that the 705 CTS may request from the contractor but represents the core skill sets required by the 705 CTS. Labor Category Description Program Manager Master of Science (MS) in engineering or an analytical discipline with 15 years of experience, or Bachelor of Science (BS) in engineering or related operational discipline with 20 years experience. Experience must be in engineering and/or operations management and must include 5 years of specific experience in C2 systems design, weapon air defense systems, or program management. Senior Engineer/ Technical Director MS (Engineering, Computer Science, or related discipline) with 10 years relevant experience, BS in the same fields with 15 years relevant experience, or no degree and 20 years relevant experience. Engineer/Programmer/ IT Professional MS (Engineering, Computer Science, or related discipline) with 3 years experience, BS in the same fields with 5 years relevant experience, or no degree and 10 years relevant experience. Jr Engineer/ Programmer/ IT Professional MS (Engineering, Computer Science, or related discipline) with no experience, BS in the same fields with 2 years relevant operational experience or no degree and 6 years relevant experience. Systems Engineer MS (Systems Engineering, or related discipline) with 3 years experience, BS in the same fields with 5 years relevant experience, or no degree and 10 years relevant experience. Technician BS in a relevant area with 1 year experience or no degree and 3 years related operational experience. All contractor employees shall maintain, at a minimum, a Secret level clearance. At least 50% of contractor employees shall maintain a Top Secret clearance. At a minimum, the Program Manager and the critical positions will require a Top Secret clearance. At least 25% of contractor employees with a Top Secret clearance shall maintain Sensitive Compartmented Information (SCI) and Special Access Program/Special Access Required (SAP/SAR) eligibility. All responsible sources, including the incumbent contractor, may submit a capability statement in order to demonstrate their ability to fulfill the above requirements within the period of performance, including a 30-day transition period starting 1 September 2011. The Statement of Capability (SOC) shall contain the following information: (1) Demonstrate ability to respond to all mission areas as well as integrate all areas; (2) Clearly demonstrate the ability as the prime to complete fifty percent of the effort for each mission area as well as all areas concurrently and demonstrate how the efforts not supported by the prime will be supported; (3) Include a notional plan to assure the availability of an adequate number of qualified personnel to perform the continuous mission requirements and the short term, quick response requirements; (4) Demonstrate how classified work at the Top Secret level would be accomplished in the execution of this requirement; (5) Provide a correlation of the skill sets to the mission areas and identify personnel associated with each mission in a table format or similar format; (6) Discuss expertise within the last five years in each of the mission areas. Please make sure that your information includes your company's CAGE Code and current Central Contractor Registration (CCR) information, DUNS number, financial information, business size, and other information deemed relevant to be capable of satisfying the government's need. Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a Woman-Owned Business and/or a HUBZone Certified Small Business Concern. To be considered a Small Business the following applies: NAICS Code: 541513, size standard $25M. It is anticipated that a DD Form 254, Contract Security Classification Specification, will be required in the future during the performance of this effort. a. Page limitation: The SOC is limited to a total of 15 pages, single spaced, 12-point font, Times New Roman, excluding resumes. Resumes, submittal of names, professional qualifications and specific experience of all personnel who may be assigned, not including clerical, should be included to enhance our consideration and evaluation of the information submitted. This information does not count against the 15 page response. The Government will not consider pages in excess of the limitation. b. Submission: Original plus two (2) copies are due no later 2:00 pm MST on 30 March 2011. The SOC shall be submitted to: Air Force Nuclear Weapons Center/PKE, Bldg. 20226, Rm. 17, Kirtland AFB, NM 87117. Any responses received for this synopsis that do not address every mission area may not be evaluated as being capable. NOTE: Should there be a contract, it will be made only to offeror(s) who currently have access to a facility cleared to the Top secret level and have sufficient Top Secret cleared and qualified personnel available at the time of contract award. An organizational conflict of interest clause is anticipated in any resultant contract. Reference AFFARS Clause 5352.209-9000, Organizational Conflict of Interest (OCT 2010). i. Submit responses to either Mr. James P. Channell or Ms. Donna C. Heinz at the address listed below in the Contracting Points of Contact Information no later than 2:00 p.m. Mountain Standard time on 30 March 2011. ii. The information that you provide will be used solely by AFNWC/PKE as market research. No classified or sensitive information should be included in your response. All proprietary information must be marked as proprietary. The information that you provide will be used solely by AFNWC and DMOC as market research. This synopsis is not a formal solicitation and is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. iii. This notice of intent is not a request for competitive proposals. However, all information received no later than 30 March 2011 will be considered by the Government. Note: A Request for Proposal (RFP) will be issued to Lockheed Martin provided other sources cannot furnish the services at equivalent terms. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Contracting Points of Contact (POCs): The Contracting POCs are: AFNWC/PKE; Attn: Mr. James P. Channell, Bldg. 20226, Rm. 17, Kirtland AFB, NM 87117; Phone: 505-846-6482; FAX: 505-853-0897; e-mail: james.channell@kirtland.af.mil, and, AFNWC/PKE, Attn: Ms. Donna C. Heinz (Contracting Officer), Bldg. 20226, Rm. 17, Kirtland AFB, NM 87117; Phone: 505-846-9516; e-mail: donna.heinz@kirtland.af.mil. Technical POC: Technical questions may be addressed by DMOC/705 CTS, Ms. Maria Appelzoller, Program Manager, Phone: (505) 853-0910; e-mail: maria.appelzoller@kirtland.af.mil. Acronyms 705th Combat Training Squadron (705 CTS) Chief of Staff of the Air Force (CSAF) Command Control Intelligence Surveillance and Reconnaissance (C2ISR) Control Image Base (CIB) Defense of Homeland Against Asymmetric Missile Attacks (DoHMA) Digital Feature Analysis Data (DFAD) Digital Terrain Elevation Data (DTED) Distributed Interactive Simulation (DIS) Distributed Mission Operations Center (DMOC) Distributed Mission Operations (DMO) Fleet Synthetic Training - Joint (FST-J) High Level Architecture (HLA) Infrastructure, Development, and Engineering (IDE) Integrated Air and Missile Defense (IAMD) Joint Command & Control of Net-Enabled weapons (JC2NEW) Joint Fires Coordination Measures (JFCM) Joint Kill Chain Events (JKCEs) Joint Test and Evaluation (JT&E) Live Virtual - Constructive (LVC) Modeling and Simulation (M&S) Multi-National Information Sharing (MNIS) Northern Edge (NE) Operations Tempo (OPSTEMPO) Research Development Test and Evaluation (RDT&E) Statements of Capability (SOC) Surface-to-Air-Missiles (SAMs) Tactics Techniques and Procedures (TTPs) Test and Training Enabling Architecture (TENA) Theater Air Command and Control Simulation Facility (TACCSF) Theater Air Ground Systems (TAGS) Virtual Flag (VF)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1b4ff2b1a54772f730ec207a17baea36)
- Place of Performance
- Address: Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02401012-W 20110317/110315234730-1b4ff2b1a54772f730ec207a17baea36 (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 |