Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2017 FBO #5528
SPECIAL NOTICE

D -- Enterprise Space Battle Management Command & Control (ESBMC2) System - Attachments

Notice Date
1/9/2017
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8819-17-ESBMC2
 
Archive Date
2/25/2017
 
Point of Contact
Capt Rheesa Paluay, Phone: (310) 416-1748, Charles J. Briggs, Phone: (310) 535-2600
 
E-Mail Address
rheesa.paluay@us.af.mil, charles.briggs@us.af.mil
(rheesa.paluay@us.af.mil, charles.briggs@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Requirements Attachment 2 - ESBMC2 System Five Focus Area Approach I. DESCRIPTION This is a Request for Information (RFI) for planning purposes only. The Space and Missile Systems Center, Space Superiority Systems Directorate, Space Command and Control Mission Integration Branch (SMC/SYFJ) last solicited information from industry to support the Joint Space Operations Center (JSpOC) Mission System (JMS) Increment 3 requirements in April 2014 (#FA8819-14-JMS-INC3). The JMS Increment 3 is now known as the Enterprise Space Battle Management Command and Control (ESBMC2) System. The Government is seeking additional input for the following three (3) topic areas. Topic 1: Industry Capabilities for New Requirements Topic 2: Feedback on Five Focus Area Approach Topic 3: New Progress from Industry See Section III of this document for specific details regarding information sought under this RFI. II. PROGRAM OVERVIEW Mission Description The program supports the Joint Functional Component Command for Space (JFCC-SPACE) mission to continuously coordinate, plan, integrate, synchronize, and execute space operations to provide tailored space effects and deny the adversary the ability to do the same in support of national objectives and the Combatant Commanders. The JSpOC is the United States' command and control center for space. It maintains 24/7 custody of all active and inactive satellites and debris in orbit around the earth. The ESBMC2 System will replace certain legacy JSpOC systems and provide new capabilities to the warfighter. The Joint Interagency Combined Space Operations Center (JICSpOC) is a partnership between United States Strategic Command (USSTRATCOM), the National Reconnaissance Office (NRO), Air Force Space Command (AFSPC), the Air Force Research Laboratory (AFRL), the Intelligence Community (IC), and commercial data providers. The JICSpOC will leverage existing JSpOC systems and integrate them with new capabilities to better enable unity of effort between the Department of Defense and the IC for space operations. ESBMC2 system scope extends past the JSpOC alone; the program office envisions that any capabilities developed will also support the JICSpOC. Requirements In 2015, the JMS Capability Development Document (CDD) was updated with the addition of three (3) new space BMC2-related Key Performance Parameters (KPPs) and two (2) new space BMC2-related Key System Attributes (KSAs). Figure 1 in Attachment 1 shows the KPP, KSA, and OSA requirements allocated to each increment of the JMS program. Requirements highlighted in green are specifically aligned to the new ESBMC2 System (previously Increment 3). See Attachment 1 for the details of these new requirements. Program Acquisition Approach The Government intends to competitively award efforts focused on characterizing the maturity of technologies related to the ESBMC2 System five focus areas (see Attachment 2) beginning in the FY17 timeframe through a Broad Agency Announcement (BAA). The BAA utilizes a two-phased approach and is planned to be open for approximately 60 months. The first phase will request White Papers that will then be followed by a second phase consisting of Request for Proposals (RFPs). Results of this RFI may inform language in the BAA. Other Related Efforts Other agencies also are seeking information from industry in the Enterprise Space BMC2 mission area. These efforts are related but not duplicative. The Government will share information where possible across these efforts to ensure maximum utility. Recent market research efforts publicized on Federal Business Opportunities (FBO, FedBizOpps.gov) are listed below: • The 50th Contracting Squadron issued the Commercial Space Situational Awareness (SSA) capabilities RFI gain information regarding the "collection of non-governmental SSA data, processing tools, personnel, and contracted support" for the Joint Interagency Combined Space Operations Center (JICSpOC) (#FA2550-16-R-8002). • The Air Force Research Laboratory (AFRL) issued the Test Bed RFI to advance the "state-of-the-art test bed capabilities, tailored for space applications" (#RFI-RVKVV-TBSA-2016). • The Defense Advanced Research Projects Agency (DARPA) is concurrently working the long-term challenges for Enterprise Space BMC2 through the Hallmark program and has issued the Hallmark Software Testbed BAA to "design, develop, and maintain a state-of-the-art enterprise software architecture for the integration of multiple tools and capabilities for supporting space enterprise command and control" (#DARPA-BAA-16-40). DARPA has issued a follow-on BAA focused on tools, capabilities and evaluation methodology to "develop and validate analytic and human-centric technologies for enabling the full spectrum of military space enterprise command and control capabilities for the commander" (#DARPA-BAA-16-49). • Advanced Research, Collaboration, and Application Development Environment (ARCADE). The ESBMC2 Program Office has partnered with the AFRL to bring an ESBMC2-relevant environment across several different security enclaves to future developers. This environment is called the ARCADE and is currently managed by AFRL. ARCADE provides an environment to mature capabilities prior to potentially entering the ESBMC2 integration pipeline. Additional information on the ARCADE program can be requested through Dr. Jeremy Murray-Krezan at jeremy.murray-krezan@us.af.mil. A secondary purpose of ARCADE is to encourage capability providers to collaborate and leverage accredited tools, common services, and data sources in the pursuit of a more advanced set of capabilities. The use of ARCADE to demonstrate capability or application maturity is not necessary if the goals can be demonstrated elsewhere. Finally, the most mature and promising ARCADE tools are nominated for exercises with users, thus providing developers and the program office with early feedback as to the relevance of how well the vetted tools are meeting mission needs and addressing gaps. III. INFORMATION SOUGHT This RFI seeks information from industry on the following topics: Topic 1: Industry Capabilities for New Requirements Capabilities that fulfill or enable fulfillment of the following five (5) new requirements for the ESBMC2 System (see Attachment 1), including but not limited to, Technology Readiness Level (TRL), Equivalent Source Lines of Code (ESLOC) and the methodology used to calculate TRL and ESLOC, for each: 1. Threat Identification & Warning 2. Spectrum Common Operating Picture 3. Modelling & Simulation for Course of Action Development 4. Battle Management Command & Control (BMC2) 5. Dynamic Tasking Industry should not provide duplicative information from the previous RFI (#FA8819-14-JMS-INC3); instead, responses should focus on new and updated capabilities that address the new ESBMC2 System requirements referenced in Attachment 1. Topic 2: Feedback on Five Focus Area Approach The Government requests feedback on the Government's Five Focus Area Approach for the ESBMC2 System (see Attachment 2). These five focus areas are intended to represent the programmatic decomposition of the requirements specific to the ESBMC2 System (see Attachment 1). They are a primer to provide insight into the Government's approach to fulfilling these requirements. Feedback on this approach is being sought to understand industry capabilities and assist the Government in developing a high level, functional system architecture and acquisition strategy that maximizes the benefits of full and open competition. Highlight what additional information the Government could provide to better define the approach. Identify any factors that likely contribute to the reduction of uncertainty to developing a contractor proposal, rating those as high or low as to degree of risk to the offeror. For high risk drivers, explain why the risk is high and suggest how the Government might mitigate this risk. Topic 3: New Progress from Industry The Government requests an update on any industry capabilities, additional considerations, developments, or potential focus areas for the risk characterization of key technologies in the Enterprise Space BMC2 mission area since the previous RFI. The Government is interested in both commercial and Government capabilities of varying TRLs. Response Requirements The Government requests the responses be submitted in a PowerPoint presentation (in Portable Document Format (PDF)) clearly describing the rationale of each capability's maturity, cost, architecture, workflow processes, ESLOC, TRL and derivation methodology for ESLOC and TRL. Responses must include a cover letter (see Section IV) with all submittals. PowerPoint presentations are limited to no more than five (5) slides each for Topics 1 & 3 and ten (10) slides for Topic 2; twenty (20) slides total. There is no minimum number of topics areas industry must respond to; industry may provide feedback on one or all topics. IV. FORMAT OF RESPONSES Please provide your unclassified and/or classified response on company letterhead to the Primary and Secondary POCs, Capt Rheesa Paluay and Mr. Charles Briggs, listed in Section VII of this RFI. Unclassified responses shall be received in writing no later than 2:00 PM on 10 Feb 2017 (Pacific Standard Time). Classified responses may be submitted via the Secure Global Network (SGN) by the same due date as the unclassified responses; coordinate by unclassified communications to obtain secure email addresses. Parties intending to submit a classified response but who do not have SGN access may schedule a time to deliver a hard copy of their briefing. In your response, please identify which topic(s) within Section III are being addressed. Responses shall be in PDF format and include a cover letter with the following information: 1. RFI Title and reference number 2. Submitter's Name and Parent Company, if applicable 3. Mailing Address: Street Address, City, State, NINE-Digit zip code 4. Commercial and Government Entity (CAGE) Code 5. Data Universal Numbering System (DUNS) Identification Number 6. Business Size and socio-economic sub-category, if applicable 7. Points of Contact (POC) for Technical and Contracting representatives, including name, telephone number, and email address 8. The cover letter must be signed and dated by an authorized representative of the organization Interested parties must ensure that any proprietary information is clearly identified in briefing materials and during discussions. The Government will take all necessary steps to protect and safeguard any confidential/proprietary information provided. The Government will NOT be held responsible for any proprietary information not clearly marked. V. SMALL BUSINESS CONSIDERATION Participation from small and small disadvantaged businesses is encouraged. SMC's Small Business points of contact are Mr. Willard Strozier and Ms. Audrey Campbell. They can be reached at smallbus@us.af.mil or by phone at (310) 653-1108. VI. DISCLAIMERS AND NOTES THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time, seeking proposals. Responders are advised that the Government is not legally bound and will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Foreign or foreign-owned respondents are not eligible for participation on this RFI. Research in these areas is limited to "U.S. persons" as defined in the International Traffic in Arms Regulations (ITAR), 22 CFR §1201.1. The Air Force has entered into contracts with The Aerospace Corporation, MITRE, LinQuest Corporation, AT&T Government Solutions, Inc., SAIC, Quantech Services Incorporated, Tecolote Research, Tech7 Consulting, TASC and Booz Allen Hamilton. These companies support the Air Force program office by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to our support contractors for their services to the U.S. Air Force. If respondent disagrees with the release of its RFI response to any of the aforementioned firms, respondent must clearly state this restriction and provide their rationale in the cover letter accompanying the RFI response. VII. POINTS OF CONTACT: Contracting: Primary POC: Capt Rheesa Paluay Contract Specialist rheesa.paluay@us.af.mil 310-416-1748 Secondary POC: Mr. Charles Briggs Contracting Officer charles.briggs@us.af.mil 310-535-2600 Security: Mr. Reginald King reginald.king@us.af.mil 310-416-1578
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8819-17-ESBMC2/listing.html)
 
Record
SN04366338-W 20170111/170109233848-0857485613724aeef0a8cb754ee7ed0f (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.