SOLICITATION NOTICE
69 -- CAF DMO O&I Follow on
- Notice Date
- 4/7/2011
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- DMO-OI-RFI-01
- Point of Contact
- Larry Robillard, Phone: 937-255-3700, Andrew Hostetter, Phone: 937-656-6808
- E-Mail Address
-
Larry.Robillard@wpafb.af.mil, Andrew.Hostetter@wpafb.af.mil
(Larry.Robillard@wpafb.af.mil, Andrew.Hostetter@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combat Air Force (CAF) Distributed Mission Operations (DMO) Operations and Integration (O&I) Follow-on RFI Solicitation Number: DMO O&I RFI-01 DESCRIPTION I. REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES This is an RFI only in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award. The Government is conducting market research to identify previously not considered solutions to warfighter-to-warfighter distributed training. Potential sources must also be able to perform network management, integration of dissimilar training systems, develop and maintain interoperability standards and other functions necessary for their proposed solution. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal costs, of the FAR. Companies responding to this RFI are advised that participation does not ensure involvement in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. II. PROGRAM REQUIREMENTS Please describe in as much detail as possible, your most cost effective network architecture and concept of operations for a turnkey solution for Combat Air Force Distributed Mission Operations (CAF DMO) Operations and Integration. Contract Specifications. It is anticipated that this effort for CAF DMO O&I will commence on or about 1 July 2013 to allow for a 30 month transition period prior to current contract end of 31 December 2015. The Government anticipates contract period of performance to be a 7-year base period with 3 one-year option periods. Competitive Services - Risks and Challenges. Incumbent owns all hardware and data rights. III. RFI RESPONSE Part A. Business Information. In response to this RFI, please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 333319 Teaching Machines (Flight Simulators). Size standard: 500 employees. Based on the above NAICS Code, state whether your company is:  Small Business* (Yes / No)  Woman Owned Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran Owned Small Business (Yes / No)  Service Disabled Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) • A statement as to whether your company is domestically or foreign-owned (if foreign, please indicate the country of ownership). (*) If you answered yes, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. Part B. Capability Survey Questions General Capability Questions: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities for generating, handling, processing, and storing classified material and data. 4. Describe your company's capabilities and experience in generating technical data, engineering drawings, and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 5. Describe your company's experience in developing and deploying the technical solutions that are part of your plan 6. Describe your company's experience in networking flight simulators and in working with interoperability mechanisms such as Distributed Interactive System (DIS) and Higher Level Architecture (HLA). 7. Describe your company's experience developing and testing Cross Domain Solutions and/or Multi-level Security Solutions 8. Describe your configuration management processes. 9. Describe any areas where your federation management or training system management is considered a "best practice". 10. Providing global network services to both CONUS and OCONUS sites with multiple simultaneous virtual networks that are quickly established and reconfigured on-demand for daily distributed training 11. Providing a 24x7 scheduling assistance and event management for distributed training events between simulators at multiple remote sites. 12. Establishing, implementing, and maintaining tools for generating, manipulating and managing training scenarios; manipulating, managing, and controlling exercises; analyzing network performance and PDU traffic; and manipulating and managing Federation Object Models. 13. Establishing, implementing, and maintaining tools for managing test results and certifications of federates' compliance with standards and tools that automate verification of compliance. 14. Providing VTC bridge and scheduling services for multiple virtual LANs on a global network. 15. Providing a turnkey network gateway that allows federates using DIS, HLA, and TENA to connect to the global network and interact in distributed training events as if they were using the same protocol. 16. Preparing System Security Plans (IAW JFAN 6/3) and gaining approval from the proper authority to operate Protection Level 3 networks that utilize DIS and HLA. 17. Providing a solution accredited by the appropriate approval authority that allows systems with different SECRET SAR information to interoperate. 18. Providing COMSEC services, key management, and remote management (from a central location) of all NSA-approved encryption equipment for a global network. 19. Successful execution of transition plans for contracts where all positions require security clearances, most positions require access to multiple special programs, and secure global network services are provided with no gap in service during the transition. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Formal responses should be e-mailed to larry.robillard@wpafb.af.mil and andrew.hostetter@wpafb.af.mil. Emails must be received NO LATER THAN 1600 EDT, 20 May 2011. Also, please mail an original signed copy of your response, postmarked on or before the same date, to: 677 AESG/SYK Attn: Larry Robillard 2300 D Street, Bldg 32 Wright Patterson AFB, OH 45433-7249 e-mail: larry.robillard@wpafb.af.mil Phone: (937) 255-3700 Technical questions regarding this RFI should be directed to Mr. Andrew Hostetter, Program Manager, ASC/WNSPB, (937) 656-6808. Direct and concise responses are preferred. Marketing material is considered an insufficient response to this RFI. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/DMO-OI-RFI-01/listing.html)
- Record
- SN02419885-W 20110409/110407234922-ce376aaf2bbd6c62cffd0df8ab71ae3a (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 |