SOURCES SOUGHT
D -- The National Desired Ground Zero List Integrated Development System (NIDS 4) requires a full suite of engineering services, software sustainment and/or development services and to provide all tasks required for NIDS 4
- Notice Date
- 2/15/2018
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
- ZIP Code
- 68113-2107
- Solicitation Number
- F3HSH1NIDS4TARGETING
- Archive Date
- 4/3/2018
- Point of Contact
- Sharon A. Boren, Phone: 4022326466, Theresa H Bryant, Phone: 402-294-7282
- E-Mail Address
-
sharon.boren@us.af.mil, theresa.bryant@offutt.af.mil
(sharon.boren@us.af.mil, theresa.bryant@offutt.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE FOR National Desired Ground Zero List Integrated Development System (NIDS 4) A. INTRODUCTION: 1. This is a Sources Sought notice being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes, to gather market intelligence, identify any new industry trends, engage potential defense contractor sources, and utilize any data gathered to help refine the Government's requirements and develop sound acquisition strategies. There is no solicitation available at this time. 2. This is an initial step in the planning process for the NIDS 4, which is a follow-on acquisition to the NIDS III contract. Below is a brief description of the NIDS subsystem, which comprises the current NIDS III effort: NIDS receives intelligence data from various sources, and uses complex algorithms and graphical interfaces for target selection and weapons placement by Air Room Planners and HQ USSTRATCOM, Early Plan Designers. 3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks information about potential sources to perform a full suite of engineering services, software sustainment and/or development services and to provide all tasks required for NIDS 4. Tasks may include, but are not limited to, program management, systems engineering, software maintenance/development, system integration and test, delivery, integrated logistics and training, configuration management, cyber security, data/documentation management, quality assurance, and specialized customer service. 4. The contractor must possess and maintain a SECRET and additional caveat cleared facility. This includes storage capacity for SECRET and additional caveated documents and equipment. All contractor personnel shall be a United States citizen and possess/be eligible for a TOP SECRET security clearances and additional caveats. Most contractor individuals will require access at a higher level to include Sensitive Compartmented Information (SCI)/Nuclear Command and Control (NC2)/Special Access Program (SAP)/Special Access Required (SAR) or others. Final security requirements will be documented in the DD Form 254. 5. The North American Industrial Classification Systems (NAICS) code is 541511, Custom Computer Programming Services which has a small business size standard of $27.5M. A small business firm competing as a prime contractor must be able to perform at least 50% of the total requirement within its own company (reference FAR 52.219-14, Limitations on Subcontracting). 6. The Government is gathering market research from all potentially interested large and small business Contractors capable of meeting NIDS 4 requirements in order to formulate an acquisition strategy that best maximizes FAR Part 19 Small Business Programs and Air Force goals. B. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought notice is voluntary and the Government will not pay for any information submitted. Respondents must submit capability packages electronically via email on or before the established due date in accordance with the format and instructions below. a. Capability packages shall be one electronic copy. Capability package files shall be in Adobe pdf format, and should not exceed 5 MB on one email. All packages shall contain UNCLASSIFIED material only. b. Capability packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. c. All capability packages must be received no later than 1400 hours (Central) on 19 March 2018. d. Capability package responses shall be sent via email to the contracting POCs: sharon.boren@us.af.mil and theresa.bryant@us.af.mil. 2. Respondents must include the following information within their capability packages: a. Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size for the NAICS code specified above, and security clearance level. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. Business Size: Is your company likely to propose as a prime contractor? Or, is your company looking for subcontracting opportunities? c. Small Business: Small business respondents to this notice should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by FAR 19.102 - Size Standards. 3. In addition to the 20-page capability statement, contractors are encouraged to submit pros, cons and feedback on overall contract structure, including incentives and fee construct, period of performance, etc. At a minimum, please provide input on the following: a. Ordering Period: The previous NIDS contract had been awarded with a 5-year ordering period. (What impact would adding an additional 3 years (for a total potential ordering period of 8 years) have on your decision to propose as a contractor?) b. Transition Period: What length of period would you recommend for a transition period to be prepared to take over full performance for a contract of this magnitude? c. Service vs. Supply: From a contractor perspective, is there any detriment or benefit of handling this acquisition as a supply contract versus a services contract? Is there any detriment or benefit of handling as a service versus a supply? What is the norm in industry for this type of contract? d. Small Business Subcontracting Goals: What percentage of total contract value (amount) do you think is attainable for this type of work? 4. Small businesses are encouraged to submit responses even if your experience is primarily that of a specialized subcontractor. 5. The capabilities package does not require an OCI mitigation plan. All businesses are reminded that there is always a potential for an OCI for any company that has personnel in any of its divisions working under contract for the Government and therefore, through them has access to ISPAN program information originating either from the Government or from other interested companies. All interested companies are encouraged to start early to examine any support contracts it has in place with the Government for provisions addressing OCI issues. C. CAPABILITY PACKAGE AND EVALUATION: The Government will rate potential interested parties by reviewing the capabilities packages closely using the following criteria and weighting. All of the following items must be demonstrated in the capability package to be considered a potential prime contractor to assist with developing our acquisition strategy (see A.6. above). Dates, contract numbers and actual experience should be provided. If there is a negative response, it should be noted accordingly on Capability Packages submitted to the Government in response to this Source Sought Notice. Mandatory (Weight: 90%) 1. Demonstrate experience as a prime contractor on a Government contract, involving large-scale (one million lines of code or larger) software development and sustainment (minimum of two deliveries per year with zero or near zero defects). When responding, ensure that dates, business size status, contract numbers, and the corresponding Government Contracts/Programs/Missions are identified for each example. 2. Demonstrate the ability to execute multiple concurrent projects with a total value of approximately $5-10 million per year. 3. Demonstrate experience of or expertise with large-scale strategic planning to include knowledge of or expertise with the technical functions and operations of strategic planning and or programs similar to USSTRATCOM Global Strike missions and supporting agencies. 4. Provide and describe three examples of implementing effective Agile/DevOps software development on a Government contract. Describe each experience in terms of accomplishments, cost controls, lessons learned, and pros/cons. Provide the Federal Contract number and issuing office. 5. Demonstrate experience with or expertise of, maintaining, sustaining or modernizing software that is part of a "system of systems" approach with multiple software systems and interfaces to other software systems from other efforts. Include software security, configuration management, high system availability and web interface front ends. 6. Demonstrate experience with, or expertise of, database retrieval and data relationships to include capability to accurately query and retrieve data. This must include supporting complex data model data bases (100+ GB storage); two or more data base synchronization and cross domain solutions to support multiple security enclaves. 7. Demonstrate experience with, or expertise of, moving from manual testing methods to automated testing methods. 8. Demonstrate the ability to attract and retain US Citizens with active Top Secret and SCI clearances and additional security caveats if needed. 9. Demonstrate possession of, or the ability to obtain, a facility that is cleared for Secret Restricted Data and capable of supporting software development and user training. 10. If your company is a small business, demonstrate your capability to perform at least 50% of the total requirement within your own company. Other (Weight: 10%) 1. Related GOTS products: Commercial Joint Mapping Tool Kit (CJMTK), CJMTK Geospatial Appliance (CGA), Probability of Damage Calculator (PDCALC), Hazard Prediction & Assessment Capability (HPAC), and Integrated Weapons of Mass Destruction Toolkit (IWMDT) 2. Related Commercial Off-the-Shelf/Free and Open Source Software COTS/FOSS products: Cesium, JavaScript libraries (i.e. JQuery, BackboneJS, RevealJS, Jersey, Swagger), Oracle Database, Dropwizard Metrics, GXT 3. Programming languages: Ada, Java, JavaScript, Fortran, C/C++, Structured Query Language (SQL), Extensible Markup Language (XML) 4. Other: J2EE, Oracle WebLogic Server, JBoss, Virtual Machine (VM) technology E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a solicitation, and shall not be construed as a commitment by the Government for any purpose, nor shall it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by interested parties will be evaluated without prejudice. Questions regarding this notice shall be submitted via email only to Theresa Bryant, Contracting Officer, at theresa.bryant@us.af.mil AND Sharon Boren, Contract Specialist, at sharon.boren@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3HSH1NIDS4TARGETING/listing.html)
- Place of Performance
- Address: USSTRATCOM, BLDG 1000, Offutt AFB, Bellevue, Nebraska, 68113, United States
- Zip Code: 68113
- Zip Code: 68113
- Record
- SN04824556-W 20180217/180215231610-57bf17c553f97098612e3c3710d5c900 (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 |