Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOURCES SOUGHT

A -- RESEARCH, ENHANCEMENT, AND DEPLOYMENT OF THE ENTERPRISE CROSS DOMAIN SOLUTION (REDE-CDS)

Notice Date
2/16/2012
 
Notice Type
Sources Sought
 
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
FA8750-13-R-0001
 
Point of Contact
Amber Buckley, Phone: 315-330-3605
 
E-Mail Address
Amber.Buckley@rl.af.mil
(Amber.Buckley@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Department of the Air Force, Air Force Material Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY 13441-4114. Point of Contact: Janis Norelli, Small Business Specialist, Phone (315) 330-3311, FAX (315) 330-2784, Email Janis.Norelli@rl.af.mil. DESCRIPTION: Capable sources are sought to perform research, technology assessment, software development, deployment, familiarization, testing, installation, maintenance, and life cycle support for the next-generation Cross Domain Solution (CDS). The effort will concentrate on researching new Cross Domain Transfer Solution technologies, enhancing current solutions utilizing technologies from varying Technology Readiness Levels (TRLs), and deploying and supporting these solutions to meet the current and rapidly evolving Intelligence needs of the Air Force, Department of Defense, and the 16 Intelligence Community components of the Office of the Director of National Intelligence (ODNI). This effort will result in the availability of scalable, certified, Cross Domain Transfer solutions to be utilized by Air Force, US Government agencies and coalition partners to enable bi-directional flow of data between two or more security domains accredited for operation at different classification levels. Cross Domain Transfer Solutions will provide authorized users the ability to securely transfer data between interconnected security domains, while protecting the security domains from unauthorized access or malicious attack; and auditing all data transfers between security domains. Over the life of the contract, effort involving the research, enhancement, and deployment within the following areas is anticipated: Information Support Server Environment (ISSE) Cross Domain Transfer Solution, Multi-Level Data Base Replication (MLDBR), Rules Execution and Modification Capability Workflow Enforcement Services (REMC-WES), REMC-Space (for Joint Space Operations Center-JSpOC) and "Tearline" Processing for AFPAK. As Cross Domain transfer requirements continue to evolve, the need for rapid research, enhancements, and deployment of the above mentioned and new cross domain solutions will be required. Cross security domain information sharing is critical to the Air Force Intelligence Surveillance and Reconnaissance (ISR) Agency's Combat ISR Office, the U.S. Department of Defense, the U.S. Intelligence Community, the U.S. Department of Homeland Security, U.S. Federal Law Enforcement Agencies, and existing ISSE user sites. This effort supports Air Force efforts in providing commands with required Cross-Domain C2ISR information, when and where it is needed. This cross domain information sharing program will develop a next generation Cross Domain Security (CDS) capability, enhance the current CDS at the Unified and Major Commands and their subordinate units and maintain CDS at current sites. It will be necessary to provide analysis, design, software development, integration management, deployment, system and network administration/operation, technical documentation and testing to support the maintenance and evaluation of existing systems and of new development systems. In the course of performance, the support personnel will interface with various agencies and commands throughout the DoD through electronic means and visits to various DoD and U.S. Intelligence Community, 5-Eyes coalition partners and NATO organization sites worldwide. The support personnel will also provide technical support to AFRL/RIE to assist in the analysis, design, development, integration, testing and evaluation. Anticipated deliverables include software and technical documentation as well as hardware suites to satisfy operational user's requirements. AFRL will be conducting a Pre-solicitation Informational Meeting for this acquisition. The purpose of this meeting is to provide interested companies with an overview of the program and an opportunity to gather more information prior to the RFP being issued. This meeting will be combined with the Pre-Solicitation Information Meeting for High-Security Environment Infrastructure Development & Integration (HEIDI). Further information regarding this meeting will follow in a special notice. Interested parties are advised that to perform this acquisition, the successful offeror will be required to have, at the time of award, twenty five (25) personnel with Top Secret SCI clearances and five (5) additional personnel people with Secret collateral clearances (total for prime and subcontractors). Within 60 days of contract award, the offeror must have approximately fifty (50) personnel with Top Secret SCI clearances and ten (10) additional personnel with Secret collateral clearances (total for prime and subcontractors). Interested parties are also advised, that to perform on the anticipatedcontract, the successful offeror will be required to have SIPRNet or JWICs access at time of award to work operational site problems. A contract awardee must have access to a secure facility to work at the Secret and Top Secret / SCI level and store data at the Secret and Top Secret / SCI level within 60 days of contract award. An indefinite-delivery, indefinite-quantity cost-plus-fixed-fee (completion) type contract is contemplated with an ordering period of 48 months. Foreign participation is excluded at the prime contractor and subcontractor level, unless authorized through a current approved National Interest Determination (NID). All information generated or maintained under this effort is export controlled. Therefore, prospective offerors must provide a completed and approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (CCAL) or the offeror is seeking application to CCAL. For further information on CCAL, contact the Defense Logistics Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. It is solely the responsibility of the contractor to obtain an export license from the U. S. Department of State and to comply with the federal laws and regulations. Questions concerning the International Traffic in Arms Regulations (ITAR) and export licensing must be directed to the U.S. Department of State's Directorate of Defense Trade Controls and not the Air Force PMO, Contracting Office, or Air Force Foreign Disclosure Office. A technical read library relating to the subject area of this acquisition is available for review by potential offerors. Access may be gained by contacting the Deputy Program Manager at (315) 330-4584. The library contains sensitive technical data; therefore, prior to access being granted, respondents must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement," which certifies the respondent is on the Certified Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to the ISSE Deputy Program Manager at Air Force Research Laboratory/RIEBA, 32 Brooks Road, Rome, New York 13441-4114, or fax to his attention at (315) 330-7644 or email Fred.Haritatos@rl.af.mil. Responses to this sources sought are requested from small businesses and will be used for market research purposes and set-aside decision. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. The North American Industry Classification System (NAICS) code for this acquisition is 541712 and the size standard for small business is 500 employees. As discussed in FAR 19.502-2(b)(2), in making small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performances, and schedules. The same considerations would apply to any historically black college or university (HBCU) or minority institution (MI) set-aside. Therefore, responses should provide a statement of capabilities and information demonstrating management and technical experience necessary to successfully compete for this award. Respondents must demonstrate knowledge and expertise in the following areas: Multi-Level Security technologies, Certification and Accreditation (C&A) processes for both the Top Secret and Below Interoperability (TSABI) and Secret and Below Interoperability (SABI) communities, the Defense Intelligence Integrator's Guide (DIIG), experience with information systems that reside on JWICS, SIPRNET, NIPRNET as well as information systems that cross security domains (e.g. information transfer between JWICS & SIPRNET and SIPRNET & NIPRNET), general knowledge of Service Oriented Architecture (SOA) and its applicability to a cross domain environment, Unified Cross Domain Management Office (UCDMO) and DoDIIS Cross Domain Management Office (DCDMO) policies, applicable cross domain security requirements including Committee on National Security Systems (CNSS) Instruction No. 1253 Security Categorization and Control Catalog Selection for National Security Systems and NIST Special Publication 800-53, Recommended Security Controls for Federal Information Systems and Organizations, general knowledge of the DoD unique Guarding requirements, Public Key Infrastructure (PKI) and Lightweight Directory Access Protocol (LDAP)/Full Service Directories (FSD), an understanding of Security Instruction DCID 6/3 in the support of legacy systems and an understanding of the underlying technologies and system concepts for Security and Workflow Enforcement Services (SAWES), Multi Level DataBase Replication (MLDBR), Rules Execution and Modification Capability - Workflow Enforcement Service (REMC-WES), Rules Execution and Modification Capability - Space C2 Interoperability Program (REMC-SCCIP), Filter Orchestration engines, Biometrics, Document Cleansing, XML, Structured Message types, Parsing, Rule Sets, File composition, etc. In addition to the discussion of the offer's capabilities to support the program to the above listed standards, the following should be provided. Please reference question number with each response as follows. 1. Respondents must reference the solicitation number, and the respondent's Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address, Commercial and Government Entity (CAGE) code and Size of your Organization (i.e. Large Business, Small Business) using as the basis for your response. 2. Respondents to this announcement should indicate whether they are a small business, Native Indian, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). 3. Provide a completed and approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (CCAL) or the offeror is seeking application to CCAL. 4. Provide past performance information for projects or programs relevant to the needs of this program, such as highly complex, Intra-Domain and Cross Domain software development efforts for the U.S. Intelligence Community, U.S. Homeland Security Community, or U.S. Department of Defense. Provide information on three (3) contracts of similar technology, cost, and effort within the past five (5) years. Include complete references, contract titles, dollar amount, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. 5. Responses should identify any current or potential future regulatory and / or security concerns which could impact your company's ability to perform on the upcoming effort. 6. How many people does your company employ? Will you need to hire additional personnel to perform this effort? How many TS/SCI and Secret cleared personnel are currently available, provide a break-out by security level and function performed, and explain how your company will fill the TS/SCI and Secret positions. Is your company a foreign-owned/foreign-controlled firm and do you contemplate the use of foreign national employees on this effort? 7. Is your company's accounting system approved by DCAA or DCMA? If not, how would your company financially administer a cost-reimbursement type contract? 8. Explain your company's experience and capability across all aspects of the program that require support: program management, technology assessment, software design, development, enhancement, maintenance, deployment, support, test, modification, system engineering, etc. 9. Provide a discussion of the offerer's software development methodology to include process certification. Provide evidence that the organization has adapted a well-defined, standard development process, such as, the industry standard Capability Maturity Model Integration (CMMI) or similar standard or matured an existing approach through a process improvement methodology. What process level has been achieved and certified? 10. Identify your company's experience and capability with regard to software development, intra-domain technologies and cross domain technologies. Identify experienced and certified technical and management personnel with knowledge of Certification Test and Evaluation CT&E) and Security Test and Evaluation (ST&E) of Cross-Domain Systems. Provide information on software developed that successfully completed TSABI and/or SABI CT&E and ST&E and has been used successfully within the last 5 years. 11. Provide evidence of experience of conducting a site survey, defining hardware deficiencies, recommending hardware solutions, providing hardware specifications, conducting hardware acquisitions and delivery to a user site, and providing oversight of hardware installation, test and acceptance at a user site. 12. Address your company's commitment to establishing, maintaining and utilizing hardware and software configurations equivalent to those deployed and those under development for use in troubleshooting and problem investigation, system development, integration, test, evaluation, and training. The anticipated contract vehicle will not provide for new GFE in support of this effort, and the offeror must show an ability and willingness to provide for these configurations upon award. 13. Provide past experience of successfully leveraging research efforts from government and industry and incorporating that knowledge, code, or module into a cross domain system for deployment to mission sites. 14. Explain your company's experience and capability in supporting international program activities dealing with Foreign Military Sales (FMS), International Traffic in Arms Regulations (ITAR) and Export Control issues that promotes international cooperation and collaboration with our coalition partners. All qualification packages must be addressed to the attention of Janis Norelli, Small Business Specialist, AFRL/RIB, at e-mail: Janis.Norelli@rl.af.mil, (address referenced at the beginning of this notice), and must be received by 3:00 P.M., EST, on 1 March 2012. Preface the subject line of submitted capability statements with "FA8750-13-R-0001". 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, Bonnie Goetz, (315) 330-2008, Bonnie.Goetz@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 following AFRL Ombudsman: Barbara Gehrs, 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 AFRL 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 draft Request for Proposal is expected to be posted for review and comment by potential offerors by the second (2rd) quarter of the Government fiscal year 2012. The solicitation is expected to be released within the third (3rd) quarter of the Government fiscal year 2012. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statements of capabilities, technical questions should be directed to the Deputy Program Manager, Fred Haritatos, (315) 330-4584 or e-mail Fred.Haritatos@rl.af.mil. Contractual questions should be directed to the Contract Specialist, Amber Buckley, (315) 330-3605, or e-mail Amber.Buckley@rl.af.mil. Large businesses are also encouraged to submit e-mails of intent to include the same information requested above to Amber.Buckley@rl.af.mil should this effort not be selected as a small business set-aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-13-R-0001/listing.html)
 
Record
SN02677190-W 20120218/120216234838-dca15153559a84880a8b098ffdb58c3b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.