SOURCES SOUGHT
70 -- Integration and Platform Service Support
- Notice Date
- 10/12/2022 10:35:20 AM
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- HBCK-23-001-SS
- Response Due
- 11/3/2022 10:00:00 AM
- Point of Contact
- Lee Smales, Phone: 4029127535
- E-Mail Address
-
lee.e.smales.civ@mail.mil
(lee.e.smales.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT Integration and Platform Service Support Contracting Office: AFLCMC/HBCK, 55 VIDEMUS OMNIA VIEW, STE 3A7, Offutt AFB, Nebraska 68113-7500 INTRODUCTION This is not a solicitation. This Sources Sought synopsis is for information and planning purposes only, and is being conducted pursuant to FAR Part 10, Market Research.� This synopsis does not constitute a Request for Proposal (RFP) or Invitation for Bid (IFB). The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This posting is for information gather and planning purposes only, and in no way restricts the Government�s final acquisition strategy. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal RFP. BACKGROUND AND DESCRIPTION The Air Force Life Cycle Management Center, Combatant Command Command and Control Division (AFLCMC/HBC) is seeking SMALL BUSINESS sources that possess the expertise, capabilities, and experience in Integration and Platform Services.� These services will be instrumental in supporting the Government with designing an operational level architecture to satisfy the Strategic Mission Planning and Execution System (SMPES) program requirements. The Government intends to integrate capabilities that exist today in a legacy system-of-systems construct into a single enterprise ecosystem based on lightweight, containerized microservices. AFLCMC/HBC has outlined a vision and strategy for shared services where application services and data are provided through application-programming interfaces (API) that are accessible across the enterprise. Our envisioned solution is a combination of reuse, refactoring, and greenfielding legacy components.� The solution will include �common services� used across the environment, replacing siloed solutions within individual applications.� The solution is also expected to include �shared services,� in which important business logic is encapsulated in one place for various applications to use�potentially, both new and legacy.� Finally, the solution will include �functional services� which capture essential business logic currently contained in single legacy applications.� We expect the solution will migrate from its current legacy virtual machine construct to a container-based construct over a period of several years.� The container-based construct is expected to follow the DOD Enterprise DevSecOps Reference Design for CNCF Kubernetes and potentially the DOD Enterprise DevSecOps Reference Design for CNCF Multi-Cluster Kubernetes. Development will occur at the Unclassified, Secret, and Top Secret level, and most integration work is expected to occur at the Secret and Top Secret level. Under this effort the contractor will be responsible for providing support to the Government in the following areas: Integration of delivered services into an enterprise environment Inter-process messaging architecture, API specification, and Architecture Design Services Analysis of legacy software components for reuse, refactoring, or greenfield recommendations, to include recommendations for standardization across the SMPES application (e.g. maps, globes, document generation, service mesh, etc.) ADDITIONAL INFORMATION The North American Industrial Classification System (NAICS) code is 518210 Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services which has a small business size standard of $35M. �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). INFORMATION AND INSTRUCTIONS Respondents are requested to submit capability packages as instructed below: Capability packages shall be delivered in one electronic copy.� Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email.� Capability packages shall contain UNCLASSIFIED material only. Capability packages should not exceed 10 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.� All capability packages must be received no later than 12:00pm (Central Time) on 3 November 2022. Capability package responses, and all questions, shall be sent via email to the Contracting Officer, Mr. Lee Smales, at lee.e.smales.civ@mail.mil. Respondents must include the following information within their capability packages: Company name, address, a point of contact with e-mail address and telephone number Federal Cage Code and Unique Entity ID Business size, and applicable socioeconomic categories Security clearance level of company Identification of any Multiple Award Contracts (MACs) or Governmentwide Acquisition Contracts (GWACs) that the Companyin on Note: Company must be registered in System for Award Management (SAM).� To register, go to https://www.sam.gov. CAPABILITY PACKAGE CONTENTS Under this effort the government is seeking an integration partner to act as a neutral party ensuring the smooth integration of components provided by multiple software development vendors, some of which are off-premises and some on-premises utilizing the Government�s Rogue Blue Software digital platform.� The long-term vision is the older, stove-piped applications will be replaced over time by a large set of services that encapsulate our Concept of Operations.� The challenges are that this transition must occur without disruption to operations and will require significant coordination if any change is recommended to the customer�s business processes.� Please address as much of the following information as possible in your response. 1. Describe your company�s expertise, capabilities, and experience in providing Integration and Platform Services.� Who was your customer? What was the classification level of the environment supported? 2. Describe your company�s expertise, capabilities, and experience with role based access, database refactoring, and utilizing graph databases in conjunction with traditional relational databases. 3. Describe your company�s expertise, capabilities, and experience with supporting a vision and strategy for shared services as described above. 4. Can you provide an alternative approach for the vision and strategy described above? 5. Do you have any recommendations on how the Government might evaluate a company�s capabilities for source selection purposes? ORGANIZATIONAL CONFLICT OF INTEREST The Government would also like to remind companies of their responsibility to avoid and/or mitigate, any potential Organizational Conflict of Interest (OCI). Guidance is found in the Federal Acquisition Regulation (FAR) Part 9.5. A company finding it has a potential OCI situation must submit and have an approved mitigation plan prior to the Government�s consideration of any proposal for award. Since the approval process can be lengthy and approval of any plan is not assured, it is highly recommended that potential OCI identification and resolution processes begin as soon in this pre-award phase as possible. An OCI could result in the canceling of a contract or determining an Offeror ineligible for award. Potential OCI issues, and mitigation plans if developed, shall be included as an attachment to technical capability package.� This OCI attachment will not be considered in the total page count.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f15423b4101a473f981b3af6321fd524/view)
- Place of Performance
- Address: Offutt AFB, NE 68113, USA
- Zip Code: 68113
- Country: USA
- Zip Code: 68113
- Record
- SN06492189-F 20221014/221013060526 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |