SOURCES SOUGHT
D -- Re-Architecture of the Joint Targeting Toolbox (JTT) System (JTT-R)
- Notice Date
- 12/5/2022 6:40:34 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- FA8730-22-C-0044_RFI
- Response Due
- 12/7/2022 2:00:00 PM
- Point of Contact
- Brett Clemens, Phone: 7812259132, Joseph Pisano
- E-Mail Address
-
brett.clemens.1@us.af.mil, joseph.pisano.2@us.af.mil
(brett.clemens.1@us.af.mil, joseph.pisano.2@us.af.mil)
- Description
- REQUEST FOR INFORMATION� (RFI) AFLCMC HBB/ Joint Targeting Toolbox (JTT) Program Management Office (PMO) THIS REQUEST FOR INFORMATION DEADLINE FOR RESPONSE HAS BEEN EXTENDED TO 7 DECEMBER 2022 AT 5 PM EST. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation, the Government is conducting market research to determine the availability and adequacy of potential business sources in developing the software identified below that meets the Government�s requirements. While industry sources are requested to provide full and comprehensive responses to this request, they are reminded that all information is voluntary. This Request for Information (RFI) does not constitute a solicitation for bids or proposals and it is not to be construed as a commitment by the Government. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.� No award will be made under this Request for Information (RFI). Proprietary information will be accepted and handled appropriately. Responders should indicate which portions of their responses are proprietary and should mark them accordingly. The Government reserves the right to cancel this RFI, before the closing date. Respondents are advised that the U.S. Government 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 interested party�s expense. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued.� The Air Force reserves the right to use any non-proprietary technical information in any resultant solicitation(s). This RFI is from the AFLCMC HBB/JTT PMO, PEO Digital located at 11 Barksdale Street, Hanscom AFB, MA 01731. 1.0 Description 1.1 The AFLCMC HBB/JTT PMO is soliciting feedback on methodology, timing and cost from Industry to re-architect the legacy Joint Targeting Toolbox - Capability Package (JTT-CP) codebase to a modular/Open Micro Service Architecture. The contractor must have the knowledge, processes, and tools to re-architect antiquated software codebase, while working in conjunction with an incumbent contractor who sustains and maintains deployable legacy software baselines, using agile software methodologies as much as possible. 1.2 System Description: JTT is an ACC sponsored capability which provides standardized, secure, automated decision support for joint and allied commanders worldwide. The system is deployed at command-and-control nodes at the national, force and component elements in support of decision-makers and will include targeting capabilities compatible within the force/theater-level common operating environments (plan, execute, and assess). JTT will support joint/coalition combat operations which support integrated air, ground, naval, space and cyber targeting functions throughout the joint targeting cycle to include objectives, target development, capabilities analysis, force assignment, force execution and assessment working seamlessly between multiple security domains. JTT will give the targeting community the ability to be interoperable and collaborative across the joint enterprise. JTT will allow end- to-end target planning, via host/core service and joint C2 systems, by targeteers and target specialists at all planning levels and nodes. 2.0 Background The AFLCMC HBB PMO is pursuing Rough Order of Magnitude (ROM) to re-architect the JTT-CP legacy code base in support of global joint, service, and multinational operations that will deliver robust targeting capabilities to the end user. For the purposes of this effort, the term re-architecture refers to manipulation of the fundamental structures of the legacy software system, which includes the Enterprise JavaBeans (EJB) software code base, and the creation of modularized structures and services.� Partly due to its reliance on EJB and partly due to inherited technology debt, many of the other core libraries and dependencies in the code are also many versions behind their modern equivalents and some are completely obsolete.� The re-architecture work will remove the underlying technical debt and EJB dependency. This RFI is specific to re-architecture of legacy code and not a Greenfield modernization effort. The expected period of performance for the actual development work to re-architecture the codebase is anticipated to be 24 months. 3.0 Requested Information Please provide a White Paper (no more than 5 pages) that contains the following information: 3.1 Company Overview: A brief overview of your company and personnel. Also, if your company is a prime vendor on any Government Wide Acquisition Contract (GWAC) vehicle(s) (i.e., GSA Alliant, STARS-II, NETCENTS II, Platform One, etc.)� please provide a list of these contracts. 3.2 Technical Question Responses: Provide a response answering as many of the following questions as feasible. Responses should address how your company has employed agile software development methodologies, especially continuous delivery, as it applies to applications your company has worked on or delivered. Ensure that your response directly links your answers to the questions below: Provide a brief overview of your experience using Agile methodology. What tools have your company used to assist in participating in or executing Agile processes? What were your constraints around Digital Transformation? Refer to DODI 5000.87 for Software Approach Have you worked on product development that have adopted modern software architectures from J2EE base software?� �If yes, could you share examples of recent work either working commercial or in DoD environments? Provide companies� ability to hire and retain personnel to analyze, design and re-architect the legacy codebase Have you conducted DevSecOps on a Government Pipeline and rewritten tightly coupled legacy code (EJB) into a modularized services architecture with all IP and software code owned and transferable to the Government/ other vendor at completion of work, under Unlimited Data Rights clauses? How would you recruit, onboard, and compose the product team(s) to affect this type of work in coordination with an existing prime contractor already sustaining the legacy JTT-CP? What is your company�s Facility Clearance Level (FCL)and personnel security ability for developing and operating at the Secret and Top Secret/SCI levels?� Personnel qualified and experienced with J2EE and underlying legacy code. Describe your capability to provide fully trained up personnel on Day 1 of the period of performance. Could you provide your potential approach to working with an incumbent vendor and re-architecting and updating the code base that supports the fielded JTT-CP capability? Within this approach kindly provide additional information of your experience and proposed approach associated with: How would you establish an Associate Contractor Agreement (ACA)?� What experience do you have working with an incumbent Contractor with an ACA?� How many product teams and size of each product team will be required? Estimate of how long it would take? Estimate phases of work including mobilization, onboarding, discovery and framing, development and deployment. Estimated rough cost? Estimated team size and composition Describe your company's experience and ability to develop in Platform ONE UNCLASS environment and deploy via ODIN on SIPRNET and JWICS while meeting all security requirements. Describe your company�s experience within the DOD, Joint Force targeting community? Integrations with Intelligence databases? Understanding multiple levels of the Joint Targeting Cycle and establishing user needs. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper, providing information to the questions in section 3.0 above. 4.2 White papers in Microsoft Word format (.doc or .docx) are due no later than 1700 EST 7�December 2022. Responses shall be limited to 5 pages and submitted via e-mail to:� Brett.clemens.1@us.af.mil,� joseph.pisano.2@us.af.mil, �charles.bowers.7@us.af.mil, and �noah.pierce.1@us.af.mil. Please be advised that all submissions become Government property and will not be returned or distributed. Responses will be treated as proprietary to the contractor submitting the response. 4.3. The forepart of the white paper shall provide administrative information (not included in the page count), and shall include the following as a minimum: 4.3.1. Company name, mailing address, cage code, DUNS, phone number, fax number, and e- mail of designated point of contact for the company. 4.3.2. Based upon the North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services, identify your company�s business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Brett.clemens.1@us.af.mil and Buyer, �joseph.pisano.2@us.af.mil. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. It does not constitute a request for quote (RFQ) or request for proposal (RFP), or a promise to issue an RFQ or RFP in the future. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f8a48a904d4248478d8be31780ee795b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06535348-F 20221207/221205230107 (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 |