Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2011 FBO #3486
SOLICITATION NOTICE

A -- Materiel Solutions for Positive Command and Control (Pos C2) and Integration, Interoperability and Interface (III)

Notice Date
6/9/2011
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731
 
ZIP Code
01731
 
Solicitation Number
RFI_for_ESC_Materiel_Solutions_for_(Pos_C2)
 
Archive Date
7/15/2011
 
Point of Contact
Tim Greene, Phone: 781-377-0469, Alan Hoyt, Phone: 781-377-8020
 
E-Mail Address
Tim.Greene@hanscom.af.mil, Alan.Hoyt.ctr@hanscom.af.mil
(Tim.Greene@hanscom.af.mil, Alan.Hoyt.ctr@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Electronic System Center's (ESCs) Materiel Solutions for Positive Command and Control (Pos C2) and Integration, Interoperability and Interface (III) Development Planning (DP) Efforts PURPOSE: This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). The Government is issuing this RFI in an effort to understand market availability, technical characteristics, and functionality of Information Technology (IT) tools, applications or products capable of satisfying the technical, functional, and/or operational capabilities described in this RFI. This is not a request for proposal, request for quotation, or invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. The Government does not intend to award a contract on the basis of responses from this RFI or pay for the preparation of any information submitted or use of such information. All information received from this RFI will be used for planning and market research purposes only. All information received in response to the RFI that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. BACKGROUND: The purpose of this RFI is to gather information on materiel solutions incorporating cost-saving approaches and best practices for accomplishing Positive Command and Control (PC2), and Integration, Interoperability and Interface (III) environment for the 624 Operations Center (OC). The information received as a result of this RFI will be used in the formulation of one or more Concept Characterization Technical Description (CCTD) documents required by the III and PC2 Early Systems Engineering Development Planning (DP) efforts currently being accomplished for Air Force Space Command (AFSPC) in support of the 624 OC. ESC/XR has been tasked with leading the DP support effort and provides the following high-level descriptions of PC2 and III: The PC2 DP effort is in response to an Air Force Materiel Command (AFMC) Commander (CC) request to provide assistance in the development and support of a PC2 capability. In a memorandum to the AFMC/CC dated 18 Dec 2009, the AFSPC/CC stated the need to provide situational awareness that must "allow positive C2 to issue, track, acknowledge, and complete orders." The PC2 capability will allow 624 OC operators to perform C2 functions within the cyber domain. The III DP effort is in response to an AFMC request to provide assistance in the development and support of an III capability. The overall approach for the effort will be to support the 624 OC, a subordinate of AFSPC's 24th Air Force. In the same memorandum to the AFMC/CC dated 18 Dec 2009, the AFSPC/CC stated the need to provide for situational awareness that must "integrate and interoperate with coalition, joint, other Service components and National Guard and Reserve organizations" and "interface and integrate with Joint Operations Centers, the JSpOC, and AOC systems to collaborate on commander's intent, defended asset lists, and targeting priority." The III capability will allow 624 OC operators to achieve battlespace and situational awareness and to perform C2 functions within the cyber domain. REQUESTED INFORMATION: The material solutions must use Open Technology Development (OTD) practices with open interfaces, open standards, and open software. Solutions are to be compatible with a service-oriented architecture (SOA) compliant integration framework. Use of this SOA framework permits third party capability providers to develop and easily integrate future capabilities as mission-centric services for the 624 OC in accordance with the standards and service interface specifications implemented within the SOA framework. a) The products shall provide a standards-based, SOA compliant, common integration infrastructure to accept, store, aggregate, and display data with a robust User Defined Operational Picture (UDOP) that is flexible and modifiable to maximize operational situational awareness for Cyber C2. b) The products will fully enable rapid integration of data from Cyber sensor feeds, C2 and other applications, as well as Situational Awareness (SA) tools. c) The products should include on‐site integration support for data feeds integration, aggregation, and third party Cyber capability integration. This RFI includes, but is not limited to, the review of the following trade spaces: 1. Network Mapping 2. Visualization 3. Task Order Generation and Tracking 4. Data Normalization/Translation 5. Geospatial/Geo-locational Mapping (GPAS) 6. Multi-Interface Chat 7. Configuration Management/Oversight 8. Infrastructure Elements a. Databases (to include distributed vs. centeral) b. Network Storage iSCSI vs. Fibre Channel c. Operating Systems (Win32 vs. Win64 vs. Linux 32 vs. Linux 64 vs. BSD) Product capabilities should include but are not limited to: 1. Ability to work in a virtualized environment. 2. Collaboration 3. Correlation 4. Log Management 5. Vulnerability Analytics 6. Configuration Analytics 7. Asset Analytics 8. Performance Analytics 9. Network Behavioral Anomaly Detection 10. End-to-End Data Collection & Correlation 11. User Management/Role Based Access Control (RBAC) Additional data should include but is not limited to: 1. Complete list of ports and protocols used by each system. 2. What data format is used by each system? 3. What is the content of each data format? 4. What is the system's "native" data format? 5. What other formats can the system use? 6. What is lost in the file conversion? 7. Does the file conversion increase or decrease the file size? 8. Operating system dependency. 9. What is the product's Technology Readiness Level? 10. DoD certifications, if any. 11. Training requirements. 12. Cost a. Licenses b. Support c. Maintenance 13. Product roadmap. In addition to addressing the PC2 and III capability, interested vendors are requested to submit a capabilities statement describing their knowledge of and abilities to perform the following: Discuss current/recent past experience [within the last five (5) years] in supporting similar efforts in the Department of Defense (DoD) (preferred) or other U.S. Federal Government department/agency (if applicable). Describe any proven experience delivering complicated systems engineering and technical development services within the Federal Government, with emphasis in the telecommunications and network security environments, successful implementation of SOA, and use of collaborative technologies in delivered capabilities. RESPONSES: Product capability responses to this RFI are requested to be submitted by e-mail to Tim.Greene@hanscom.af.mil and Alan.Hoyt.ctr@hanscom.af.mil not later than 1500 hours EST on 30 June 2011. Responses should be single-spaced, Times New Roman, 12 point font, with one inch margins all around, compatible with MS Office Word 2007, with a total page count not to exceed fifteen (15) pages of text with no more than twenty (20) pages of attachments. The response should not exceed a 5 MB mail limit. Responses to this RFI will be reviewed by military personnel, government civilians, DoD contractors and MITRE System Engineers; all covered by non-disclosure agreements. MITRE Corporation is a Federally Funded Research and Development Center (FFRDC) and, as such, fulfills an unbiased, non-profit role for the Air Force. The responses may be forwarded to other Government entities in consideration for applicability to other programs. Be advised that all submissions become Government property and will not be returned. All government, DoD contractor and MITRE personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/RFI_for_ESC_Materiel_Solutions_for_(Pos_C2)/listing.html)
 
Place of Performance
Address: Hanscom Air Force Base, Bldg 1607, Lexington, Massachusetts, 02421, United States
Zip Code: 02421
 
Record
SN02468711-W 20110611/110609234930-1d8bad29355f454c7a8cc38929ee1f91 (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.