DOCUMENT
D -- NPES Net-Centric Migration - dd254
- Notice Date
- 7/11/2008
- Notice Type
- dd254
- NAICS
- 541330
— Engineering 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
- F3HSK18157A001
- Archive Date
- 7/30/2008
- Point of Contact
- Jeffrey A Kasza, Phone: 402-294-4098, Ginny L Jones,, Phone: 402-294-9811
- E-Mail Address
-
jeffrey.kasza@offutt.af.mil, virginia.jones@offutt.af.mil
- Small Business Set-Aside
- Total HUB-Zone
- Description
- Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes a Request for Quotation; proposals are being requested. Solicitation number F3HSK18157A001 is issued as a request for quotation. Funds are currently available. Quotations must be good until 31 August 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The North American Industry Classification System (NAICS) code is 541330. The business size standard is $4.5 million. Offutt AFB intends to issue a Request for Quotation (RFQ) for: USSTRATCOM/J86 NPES Net-Centric Migration Nuclear Planning and Execution System (NPES) Engineer - Task Description 1.0 OBJECTIVE: The Office of the Secretary of Defense's (OSD) Program Decision Memorandum (PDM) III directs and funds USSTRATCOM to incorporate distributive enhancements to existing Nuclear Command and Control (NC2) capabilities. Under this direction, the NPES Net-Centric Migration project will provide the ability to access NPES and the NPES data and data services in near-real time across multiple geographically dispersed nodes on secret through SCI enclaves. Existing (NC2) application data access components will be combined and adapted to seamlessly support node failures, disruptions in network connectivity, interruptions in service, low bandwidth environments, etc. This effort will also ensure the suitability of this enhancement for Global Command and Control systems (GC2) such as the Strategic Knowledge Integration Web (SKIWeb) and the Data Federation and Synchronization (DF&S) effort. The contractor shall provide software engineering and/or software specialist support to J86. Personnel under this task, with other NPES and DF&S teammates, will help define and engineer the architecture and implementation focused on NPES application suite enhancements and integration. The NPES application suite will be improved, as required, using a layered architecture approach that exploits the capabilities and positions for future NC2 Integration efforts. 2.0 TASKS: The contractor shall assign personnel to these tasks that have experience with requirements analysis, software and systems engineering, integration, and an understanding of the relationship between operational, technical, and systems architecture, all being essential. Contractor personnel shall have significant background experience and thorough working knowledge of the current NPES data architecture, the NPES application, the relationship to the war fighter capability, and a demonstrated in-depth knowledge of the NPES suite and its current architecture. 2.1 Participate in NPES and DF&S working meetings, technical exchange meetings and design reviews to provide technical recommendations for the NPES Net-Centric architecture to support integration of applications (and in particular, the NPES applications) into the NC2 infrastructure. 2.2 Analyze and develop strategies, design patterns, and best practices for the integration of the NPES applications into the NC2 environment supporting redeployment and migration to the SIPRNET, TS Collateral, and Joint Worldwide Intelligence Communications System (JWICS). 2.3 Develop a high-level implementation plan that describes the activities, scope, and resources required to migrate NPES to DF&S on the SIPRNET, TS Collateral, and JWICS. 2.4 Develop a high-level conceptual and use-case document that describes and supports NPES report information. 3.0 DELIVERABLES: The results of the tasks described above will be captured in appropriate white papers/documents. As a minimum, this shall include: 3.1 Appropriate paragraphs/sections within the NPES Net Centric Migration Plan - e.g., detailed description of the software application, allocation of components to layers, Applications Program Interface (APIs) between levels, data architecture, detailed design & implementation patterns, etc. 3.2 Lessons Learned document that identifies constraints imposed on applications (in particular, the NPES suite of applications) by the NC2 and DF&S architecture, implementation strategies/approaches, preliminary analysis/prep work required of any application that migrates to this infrastructure, etc. 3.3 An NPES implementation plan with a relative schedule detailing the steps, actions necessary, and the resources required to improve the NPES application to utilize this enhanced NC2 architecture and data tier. 4.0 PERSONNEL QUALIFICATIONS: Engineers assigned to this task must be intimately familiar with NPES software architecture, especially data structures, data access, and how data is processed and used within NPES. Familiarity with modern layered architecture methodologies and design patterns is highly desirable. Personnel must be able to support a rapid prototyping and integration activity, and work effectively in a team environment with government architects, BEA/Oracle consultants, other application integrators, etc. 5.0 PLACE OF PERFORMANCE: USSTRATCOM, Offutt AFB, NE, Bldg. 500 6.0 PERIOD OF PERFORMANCE: 1 Aug 08 to 1 Oct 09 (follow-on effort anticipated for future phase tasks) 7.0 SECURITY LEVEL: Up to TS/SCI No. Performance Objective PWS Paragraph Performance Threshold 1 Tasks 2.0 100% of the time 2 Deliverables 3.0 100% of the time 3 Personnel Qualifications 4.0 100% of the time 4 Security Level 7.0 100% of the time Reference attached DD254. Compliance with DD254 is mandatory. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL BIDS. The clause at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with 52.212-2, Evaluation-Commercial Items (price will be the only evaluation factor): FAR 52.232-18, Availability of Funds: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and the clause at FAR 52-212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. Additional, the following FAR clauses cited in 52.212-5 are applicable; 52.222-3 Convict Labor: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity: 52.222-35, Affirmative Action for Disabled Veterans and Veterans of Vietnam Era. 52.222-36, Affirmative Action for Workers with Disabilities. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.223-3 Protest After Award: 52.247-34 F.O.B. Destination; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37, Employment Records on Disabled Veterans and Veterans of The Vietnam Era; 52.222-41, Service Contract Act;52.222-42 Statement of Equivalent Rates for Hires (29 U.S.C.206 and 41 U.S.C. 351, et seq.); 52.223-5 Pollution Prevention and Right to Know Information; 52.232-33, Payment by Electronic Funds; 52.233-3, Protest After Award; 52.247-34 FOB Destination; 52.252-1, Solicitation Provisions incorporated by reference; 52.252-2 Clauses incorporated by reference; 52.252-5, Authorized Deviation and Provisions; 52.252-6 Authorized Deviation in Clauses; 52.253-1, Computer Generated Forms; applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.204-7004 Required Central Contracting Registration; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Offers are due 4:00 p.m. CST 15 July 2008. Quotations must be good until 31 August 2008. Quotes should be submitted via fax to number (402) 294-7280, or by email to: jeffrey.kasza@offutt.af.mil. Address any questions to Jeff Kasza at (402) 294-4098 or Virginia Jones at (402) 294-9811.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd3e2abf31cb34e2fbd358d15834cd7b&tab=core&_cview=1)
- Document(s)
- dd254
- File Name: DD254 (NPES NCE DD254 Final.doc)
- Link: https://www.fbo.gov//utils/view?id=1d018a519a31f90196ded9878f8220ec
- Bytes: 128.50 Kb
- File Name: Synopsitation (NPES Synopsitation I.doc)
- Link: https://www.fbo.gov//utils/view?id=65ef90fa31dda0c9c31fb2c8ee741edd
- Bytes: 48.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: DD254 (NPES NCE DD254 Final.doc)
- Place of Performance
- Address: USSTRATCOM, 901 SAC Blvd, Offutt AFB, Nebraska, 68113, United States
- Zip Code: 68113
- Zip Code: 68113
- Record
- SN01611864-W 20080713/080711220401-bd3e2abf31cb34e2fbd358d15834cd7b (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 |