Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SOLICITATION NOTICE

A -- RESEARCH, ENHANCEMENT, AND DEPLOYMENT OF THE ENTERPRISE CROSS DOMAIN SOLUTION (REDE-CDS)

Notice Date
7/10/2012
 
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, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-13-R-0001
 
Point of Contact
Amber Buckley, Phone: 315-330-3605
 
E-Mail Address
Amber.Buckley@rl.af.mil
(Amber.Buckley@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PRIMARY POINT OF CONTACT. Department of the Air Force, Air Force Material Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4114. Point of Contact: Amber Buckley, Contract Specialist, Phone (315) 330-3605, FAX (315) 330-7441, Email: Amber.Buckley@rl.af.mil. DESCRIPTION INTRODUCTION. The Air Force Research Laboratory, Rome Research Site (AFRL Rome), has a requirement focusing on enabling the Air Force mission to perform research, technology assessment, software development, deployment, familiarization, testing, installation, maintenance, and life cycle support for the next-generation Cross Domain Solution (CDS). This effort will: Concentrate on researching new Cross Domain Transfer Solution technologies, enhancing current solutions utilizing technologies from varying Technology Readiness Levels (TRLs), and deploying and supporting these solutions to meet the current and rapidly evolving Intelligence needs of the Air Force, Department of Defense, and the 16 Intelligence Community components of the Office of the Director of National Intelligence (ODNI). This effort will result in the availability of scalable, certified, Cross Domain Transfer solutions to be utilized by Air Force, US Government agencies and coalition partners to enable bi-directional flow of data between two or more security domains accredited for operation at different classification levels. Cross Domain Transfer Solutions will provide authorized users the ability to securely transfer data between interconnected security domains, while protecting the security domains from unauthorized access or malicious attack; and auditing all data transfers between security domains. Over the life of the contract, effort involving the research, enhancement, and deployment within the following areas is anticipated: Information Support Server Environment (ISSE) Cross Domain Transfer Solution, Multi-Level Data Base Replication (MLDBR), Security And Workflow Enforcement Service (SAWES), Rules Execution and Modification Capability Workflow Enforcement Services (REMC-WES), and REMC-Space (for Joint Space Operations Center-JSpOC). As Cross Domain transfer requirements continue to evolve, the need for rapid research, enhancements, and deployment of the above mentioned and new cross domain solutions will be required. Cross security domain information sharing is critical to the Air Force Intelligence Surveillance and Reconnaissance (ISR) Agency's Combat ISR Office, the U.S. Department of Defense, 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 C2ISR information, when and where it is needed. This cross domain information sharing program will develop a next generation Cross Domain Solution (CDS) capability, enhance the current CDS at the Unified and Major Commands and their subordinate units and maintain CDS at current sites. It will be necessary to provide analysis, design, software development, integration management, deployment, 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 and Intelligence Community (IC) through electronic means and visits to various DoD and U.S. Intelligence Community, 5-Eyes coalition partners and NATO organization sites worldwide. Anticipated deliverables include software and technical documentation as well as hardware suites to satisfy operational user's requirements. An Indefinite Delivery Indefinite Quantity (IDIQ) Cost Plus Fixed Fee (CPFF)-Completion type contract with an ordering period of forty eight (48) months is anticipated. TECHNICAL LIBRARY (EXPORT-CONTROLLED DATA). A technical library relating to the subject area of this acquisition is available for review by potential offerors. The library is available on CD and contains technical data subject to export control. Prior to CD mailing, potential offerors must submit a copy of an approved DD Form 2345, "Military Critical Technical Data Agreement", (may be obtained at http://www.dlis.dla.mil) 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. Address the request to: Attn: Christopher Stepanick, Air Force Research Laboratory/RIEBB, 525 Brooks Road, Rome, NY 13441-4505 or faxed to his attention at 315-330-3913, or email at Christopher.Stepanick@rl.af.mil. EXPORT-CONTROLLED DATA. 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 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 a completed and 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 PMO, Contracting Office, or Air Force Foreign Disclosure Office. FOREIGN PARTICIPATION EXCLUDED. Foreign participation is excluded at the prime contractor level. SECURITY CLEARANCES. Approximately 50 Top Secret/Sensitive Compartmented Information (SCI) and 10 Secret collateral cleared personnel will be required for performance for the entire effort. Approximately 25 Top Secret SCI and 5 Secret collateral cleared personnel will be required for performance at time of award. The successful offeror will be required to have SIPRNet and JWICS access at time of award to work operational site problems. A contract awardee must have access to a secure facility to work at the Secret and Top Secret/SCI level and store data at the Secret and Top Secret/SCI level within 60 days of contract award. NAICS CODE. The NAICS code for this effort is 541712 and the small business standard is 500 employees. OMBUDSMAN. 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 Goetz, (315) 330-(2008),Bonnie.Goetz@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (APR 2010) 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: Barbara Gehrs, Building 15, Room 225, 1864 4th Street, Wright Patterson AFB OH 45433-7130; FAX (937) 656-7321; 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. SOLICITATION RELEASE DATE. A Draft Request for Proposal (DRFP) is expected to be posted in the near future. The solicitation is expected to be released approximately one (1) month from this notice. Refer to the web link in this notice for any milestone updates. FBO & REGISTRATION. 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 Amber.Buckley@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. PRESOLICITATION NOTICE. 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 or services. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-13-R-0001/listing.html)
 
Record
SN02798825-W 20120712/120711000110-6bcbc690d56d0e020b7f4e4366d68fca (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.