SOURCES SOUGHT
D -- WHISI
- Notice Date
- 9/27/2017
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA4877-18-Q-0037WHISI
- Archive Date
- 10/21/2017
- Point of Contact
- David Velarde, Phone: 5202283704, Ryan Keller, Phone: 5202285461
- E-Mail Address
-
david.velarde@us.af.mil, ryan.keller.2@us.af.mil
(david.velarde@us.af.mil, ryan.keller.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A MARKET RESEARCH/SOURCES SOUGHT NOTICE SEEKING INFORMATION ONLY. NO QUOTES WILL BE ACCEPTED. This is a Sources Sought announcement only seeking responses in order to determine participation in this acquisition. The 355th Contracting Office, Davis-Monthan AFB (DMAFB) intends to procure: WHISI Architecture Operations Manager. The contract WHISI Operations Manager shall provide knowledge, expertise, and technical support as required to ensure functional and technical operations and systems support to the 612 AOC and its Joint Interface Control Cell (JICC) as outlined in the references above. Contractor will operate in the 612 AOC and be physically collocated with the Combat Operations Division (COD) JICC team. - The Contractor shall: - Provide liaison directly with the 612 AOC Joint Interface Control Officer (JICO) to ensure WHISI systems (JADSI, JRE, MSCT, etc.) are setup, configured, and operating in a manner that meets AFSOUTH/CFACC/612 AOC operational requirements. - Work with the JICC and the Common Tactical Picture/Common Operational Picture (CTP/COP) teams to design, execute, and manage data integration into the AOC CTP/COP architecture. - Coordinate system requirements (e.g., systems, software, data, etc.) with the JICC. - Assist the JICC in researching and preparing all materials/documentation in support of new system requirements submittal to the site Change Review Board (CRB) IAW the site Configuration Management Plan (CMP). - Coordinate sourcing of operational system data (e.g. mapping, imagery data, Air Tasking Order (ATO)/Airspace Control Order (ACO) databases, OPTASKLINK inputs etc.) on a daily basis. - Assist the JICO in validating and prioritizing system trouble tickets, software problem reports (SPR), baseline change requests (BCR), and documentation change requests (DCR) as needed. - Direct, perform, and coordinate system end-to-end validation tests prior to and during exercises and operations. - Ensure receipt of information and proper data exchange from participating/other C4I system equipment into/with the 612 AOC weapon system on a continuous, daily basis. - Ensure compatibility of systems/versions with sister service and coalition/partner nation forces on a continuous, daily basis. - Assist the JICC in development, management, maintenance, and coordination of system downtimes, and upgrades-establish and coordinate priorities and timelines as appropriate. - Assist JICC system C4I architecture development at the 612 AOC. - Provide system expertise and technical advice to the AOC Weapon System (WS) Configuration Management (CM) process at the 612 AOC level - Assist in management of the 612 AOC JICC organization and equipment placement on a daily basis - Coordinate with the 612 AOC JICO to determine both on/off site database backup processes and timelines. - Coordinate with the 612 AOC Knowledge Management (KM) office to develop web server, shared file server, and data archiving requirements. - Support the JICC in resolving any datalink standard message issues. - Coordinate with higher headquarters (HHQ) regarding theater-wide Interface Control Center (ICC) system issues at the operational level to include coordinating theater-wide operational cutover to new systems/software versions as needed. - Travel in support of contingency/humanitarian operations as required-includes operations, exercises, conferences, symposiums, and experiments to both CONUS and OCONUS locations. - Other tasks and duties within the Contractor's scope of expertise as required. - Knowledge Skills and Ability. The Contractor shall provide personnel that meet the following qualifications: - Bachelor's degree required. Government may substitute equivalent military and/or civilian experience for required educational qualifications. - Minimum seven years of experience working with datalink systems and software (ten years or more experience is highly desired). - Completion of formal AOC Field Training Unit (FTU) Course/ JT-301/310 Joint Interface Control Officer Course highly desired. - Knowledgeable in datalink standard message type formats (e.g., M-series, J-series, etc.). - Experience participating in AOC exercises or operations as member of an AOC Interface Control Cell. Real world contingency experience is highly desired. - Experience supporting AOC operations within classified environments to include Secret Internet Protocol Router Network (SIPRNet) and Joint Worldwide Intelligence Communications System (JWICS). - Air Staff, major command (MAJCOM), NAF staff, and/or joint experience desired - SECRET security clearance required with the ability to upgrade to a TOP SECRET clearance. 612 AOC WHISI Architecture Maintenance (MX) Technician. The Contract WHISI MX Technician shall be dedicated to providing efficient, mission-effective information technology support/maintenance capability in support of WHISI systems/software and the maintenance of associated AOC weapons system equipment. The Contractor shall maintain high quality services and customer support to meet the required level of performance. This contract support provides systems support from initial arrival through end-of-life disposition of WHISI related hardware. Scope of contract tasks includes WHISI systems operating on the UNCLASSIFIED domain, as well as, the NIPRNet ( Nonsecure Internet Protocol Router Network), SIPRNet (Secret Internet Protocol Router Network), and the SECRET RELEASABLE domains. Contractor will operate in the 612 AOC and be physically collocated with the 612 ACOMS JICC MX Support team. - Types of 612 AOC equipment requiring maintenance support include, but are not limited to: •· Cross-Domain Solution (CDS) •· Joint Range Extension (JRE) •· Joint Air Defense System Integrator (JADSI) •· Multiple Source Correlator Tracker (MSCT) •· Air and Missile Defense - Explorer (AMD-E) - The Contractor shall: - Perform preventative Maintenance Inspections (PMIs) IAW original equipment manufacturer (OEM) recommendations or as defined by the SPO, AOC WS, or the site. - Perform remedial maintenance as required. - Track and execute warranties in support of asset maintenance. - Assist in conducting government accountability inventories. - Assist in maintaining IT maintenance spares inventory as provided by government. - Assist in familiarization training in support of system hardware maintenance and interconnectivity tasks. - Coordinate with site for any resource/funding requirements. - Coordinate procurement of parts, spares, and materials necessary to support contract functions. - Inspect work areas and assist in preparing new AOC system installations and/or reconfigurations. - Attend unit required training and meetings as directed. - Work with site CM to perform/maintain change control and associated documentation for hardware and software. - Conduct and record results of periodic operational systems checks (ie, daily, weekly) and other system checks as required. - Other tasks as assigned. - Knowledge Skills and Ability. The Contractor shall provide personnel that meet the following qualifications: - Minimum of SECRET security clearance. - Security+ required as t his position has been designated as an Information Assurance Technical (IAT) Level II Certification position ( Information Assurance Certification is a condition of employment). - Two years of technical training plus two years hands on experience (or a minimum of four years of hands on experience) providing maintenance, technical, logistics, and life cycle support for the types of equipment listed. - Two years of datalink operations and maintenance experience in a Theater Air Control System (TACS) node (e.g., AOC, CRC, AWACS). - Understanding of how to implement cross-domain solutions to provide a Single Integrated Air Picture (SIAP) for command and control (C2) purposes by connecting multiple devices with varying levels of classification. - Industry technical certification in a field applicable to assignment for the systems/equipment listed. - Strong background in configuration, software installation, and hardware safeguards in support of a Cross-Domain Solution (CDS - e.g., Radiant Mercury) designed to filter data and models and simulations bi-directionally as data is moved between networks is required. - Ability to maintain cross-domain solutions IAW CDS SPO provided administrator guidance. - Experience in system security design processes, defense-in-depth/breadth, engineering life-cycle, information domains, principles of Information Assurance (IA) (confidentiality, integrity, non-repudiation, availability, access control), and security testing. - Experience with performance and IA security capabilities of the cross-domain domain solution set. - Experience in responding to trouble calls and outages and the inherent problems, concepts, and procedures of maintaining operational CDS platforms. - Experience in integrating policies to enhance the security and stabilization of CDS platforms. - Experience with Windows, UNIX, and LINUX server operating systems. - Experience working with CDS design teams to identify and structure the appropriate CDS for enterprise guard farm and mission specific solutions. The designated NAICS Code is 541519, Other Computer Related Services, with a size standard of $27.5M Employees. In your response please include your company's size, CAGE/DUNS codes and the primary point of contact. If possible present in sufficient detail documentation of technical expertise and capability for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice are strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this announcement. The information should be sent to 355 CONS preferably via e-mail to david.velarde@us.af.mil by 10:00 A.M., Arizona Local Time, 6 October 2017. Questions may be directed to David Velarde, david.velarde@us.af.mil or (520) 228-3873 and Ryan Keller, ryan.keller.2@us.af.mil or (520) 228-3704. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-18-Q-0037WHISI/listing.html)
- Place of Performance
- Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN04696781-W 20170929/170927232048-e14a92572e92e40c86f3ea765637a312 (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 |