SOLICITATION NOTICE
A -- AGILE CYBER TECHNOLOGY (ACT) - DRAFT RFP Cover Letter
- Notice Date
- 5/17/2011
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8750-12-R-0002
- Point of Contact
- Christopher Scialdone, Phone: 315-330-7800
- E-Mail Address
-
Christopher.Scialdone@rl.af.mil
(Christopher.Scialdone@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Request for Proposal and Sections J, L and M Draft RFP Cover Letter The Air Force Research Laboratory (AFRL) Information Directorate has a requirement to perform multiple activities necessary to achieve AFRL's Science & Technology (S&T) vision of cyber superiority. Emphasis will be placed on: a) development of technology capability solutions that address specific user requirements; b) delivery of prototype technologies for evaluation and feedback in the context of the user's operational environment; and c) provision of a mechanism for user acquisition of limited product quantities required for operational introduction of technologies. The technical requirements will encompass rapid research and development, design, prototyping, demonstration, scenario development, experimentation & evaluation, integration, testing, technical installation, transition, and support through initial operations of cyber technologies for: 1) Threat Avoidance and Cyber Defense, 2) Full Spectrum Cyber Operations, 3) Network Exploitation, 4) Situation and Mission Awareness, 5) Command and Control, 6) Modeling, Simulation, and War-gaming, 7) Cyber Infrastructure, and 8) Mission Assurance. Anticipated deliverables include software, hardware, technical documentation and technical reports. A multiple award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Research and Development contract is contemplated. Cost-Plus-Fixed-Fee (CPFF) (Completion), Firm Fixed Price (FFP), Fixed-Price Incentive (Firm Target), and Cost-Plus-Incentive-Fee Orders will be issued under this contract. The total ordering period for this contract will be sixty (60) months and the maximum contemplated ordering amount is anticipated to be approximately $300,000,000.00.. The North American Industry Classification System (NAICS) code for this acquisition is 541712 and the size standard for small business is 500 employees. Successful contractors will receive and/or generate technical data subject to export control in order to receive a copy of the RFP and submit a proposal, and in the performance of the contract. Therefore, prospective Offerors must provide a completed and approved DD Form 2345 which certifies the Offeror is on the Certified Contractors Access List (CCAL). For further information on CCAL, contact the Defense Logistic Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. Although the Sources Sought contemplated making a Technical Read Library available, it was subsequently decided to be unnecessary. At time of award, the successful Offeror must have Secret facility security clearance and Secret safeguarding capability at the prime level and at any tier where work will be performed. After award, the successful contractors must obtain, or be able to obtain, a Top Secret facility clearance. Foreign Allied Participation is excluded at the prime contractor level. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Michael Graniero, (315) 330-1610, Michael.Graniero@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (APR 2010) will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. THE ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fedbizopps.gov/. FedBizOpps offers a registration service that will send an e-mail notification when a change is made to this announcement. To register, click on the "Add To Watchlist" button at the top of this announcement in FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective Offerors interested in submitting a proposal for this solicitation must register by e-mail directly with the Contract Specialist at Christopher.Scialdone@rl.af.mil in order to be placed on the List of Registered Parties. Include your company's name, address, telephone number and point of contact, fax number, e-mail address and Commercial and Government Entity (CAGE) code. The Contract Specialist will post this list on the FedBizOpps website along with the solicitation to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contract Specialist should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from FedBizOpps. All prospective Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. A portion of the Draft RFP (Work Description for Sample Task Order 0002) will be Classified SECRET and the Statement of Work (SOW) will contain export-controlled information. Therefore, these documents in addition to the Work Description for Sample Task Order 0001 will not be posted to the FedBizOpps website. Requests to obtain the sample tasks and SOW should be directed to the Deputy Program Manager, Tanya Macrina at (315) 330-1464, Tanya.Macrina@rl.af.mil Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All responsible sources may submit a proposal in response to the RFP which shall be considered. The Draft Request for Proposal is expected to be posted for review and comment by potential Offerors in mid-May 2011. The formal solicitation is expected to be released in mid-July 2011. Any questions concerning clarifications of the terms and conditions should be communicated directly to the Contract Specialist, Christopher Scialdone at (315) 330-7800, Christopher.Scialdone@rl.af.mil, or the Contracting Officer, Michael Graniero at (315) 330-1610, Michael.Graniero@rl.af.mil. Technical questions should be directed to the ACT Program Manager, Thomas Parisi at (315) 240-5620, Thomas.Parisi@rl.af.mil, or the ACT Deputy Program Manager, Tanya Macrina at (315) 330-4489, Tanya.Macrina@rl.af.mil. Any contractual questions or questions concerning this Pre-solicitation Notice may be directed to the Contract Specialist, Christopher Scialdone at (315) 330-7800, Christopher.Scialdone@rl.af.mil or the Contracting Officer, Michael Graniero at (315) 330-1610, Michael.Graniero@rl.af.mil. Contracting Office Address: AFRL/Information Directorate 26 Electronic Parkway Rome, New York 13441-4514 Primary Point of Contact: Christopher Scialdone Contract Specialist Christopher.Scialdone@rl.af.mil Phone: (315) 330-7800 Fax: (315) 330-8082 SET-ASIDE STATUS: Evaluation of the small business capability packages received in response to the Sources Sought notice resulted in a determination that a small business set-aside was not appropriate. In order to maximize small business involvement, the successful Offerors will be selected as a result of full and open competition with a small business reserve. The Government intends to reserve at least half of the prime awards for small businesses. The 2 - 3 small businesses determined to be of best value to the Government will receive prime awards depending on the total number of prime awards made. Any additional acceptable small business proposals will compete with large businesses for the remaining awards. In the event 2 - 3 acceptable small business proposals are not received, the Government reserves the right to select up to 6 prime awardees from all Offerors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-12-R-0002/listing.html)
- Record
- SN02449865-W 20110519/110517234557-15674b71f7e098c64710ff953a567ba4 (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 |