SOURCES SOUGHT
A -- High-Security Environment Infrastructure Development & Integration (HEIDI)
- Notice Date
- 2/22/2012
- 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
- E-2-1273_HEIDI
- Point of Contact
- Jeremy O'Brien, Phone: 315-330-4729
- E-Mail Address
-
Jeremy.OBrien@rl.af.mil
(Jeremy.OBrien@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: 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. Capable sources are sought to perform software research, software development, deployment, familiarization, testing, installation, maintenance, and lifecycle support for the RIE Division, Air Force Research Laboratory, Rome Research Site, Rome NY (AFRL Rome). HEIDI will concentrate on researching new Multi-Level Access (MLA) technologies, enhancing current solutions utilizing technologies from varying Technology Readiness Levels, and deploying and supporting these solutions to meet the current and rapidly evolving Intelligence needs of the U.S. Air Force (USAF), Department of Defense (DoD), and Intelligence Community (IC). HEIDI will result in the availability of scalable, certified MLA system to be utilized by the USAF, DoD, and IC agencies for increased security across multiple domains, accredited for operation at different classification levels within high-security environments. MLA solutions will provide authorized users the ability to securely access data from multiple security domains from a single workstation, while protecting the security domains from unauthorized access or malicious attack. Over the life of the contract, effort involving the research, enhancement, and deployment within the following areas is anticipated: Secure Access Baseline for the EnterpRise (SABER) system and Joint Enterprise Department of Defense Intelligence Information Systems (DoDIIS) Infrastructure (JEDI) software. As MLA and MLS (Multi-Level Security) requirements continue to evolve, the need for rapid research, enhancements, and deployment of the above mentioned and new applications will consistently be required. Cross security domain MLA solutions are critical to the Air Force Intelligence Surveillance and Reconnaissance Agency's (AFISRA) Combat ISR Office, the U.S. DoD, U.S. IC, U.S. Department of Homeland Security, U.S. Federal Law Enforcement Agencies, and existing SABER user sites. HEIDI supports USAF efforts in providing commands with required Cross Domain C2ISR information, when and where it is needed. This multi-level information access program will develop MLA capabilities, enhance the current MLAs at the Unified and Major Commands and their subordinate units, and maintain MLA 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, this effort will require interfacing with various agencies and commands throughout the DoD through electronic means as well as technical visits at customer locations worldwide. HEIDI will also require technical support to AFRL/RIE to assist with analysis, design, development, integration, testing, and evaluation of developed solutions. Anticipated deliverables include sofrware, hardware, and technical documentation, as well as hardware suites to satisfy operational users' 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 for information sharing prior to the RFP being issued. This meeting will be combined with the Pre-Solicitation Information Meeting for Research, Enhancement, and Deployment of the Enterprise Cross Domain Solution (REDE-CDS). Further information regarding this meeting will follow in a special notice. An indefinite-delivery, indefinite-quantity, cost-plus-fixed-fee (completion) type contract is contemplated with a scoped ordering period of 60 months. Taking into consideration the real world events currently unfolding, we presently contemplate the maximum ordering amount to be approximately $45,000,000.00 for this 60-month ordering period. The prime contractor and their subcontractors for this contract may require approximately forty (40) Top Secret SCI security clearances in order to support work across all areas of the program, including program management, development, enhancements, test, deployment, support, administrative, etc. Furthermore, ten (10) Top Secret SCI security clearances may be required at the onset of the contract and approximately an additional ten (10) within ninety (90) days of contract award. Foreign participation will be excluded at the prime contractor and subcontractor level, unless authorized through a current approved National Interest Determination (NID). The successful contractor may receive and/or generate technical data subject to export control 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) or the offeror is seeking application to CCAL. The successful offeror must have a completed and approved DD Form 2345 prior to award. 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/. In reference to the HEIDI effort, information can be obtained by contacting Government Program Manager, Mr. John Woodruff, at (315) 330-7156, who will forward a copy of the HEIDI read library. Data contained within the read library is subject to export control restrictions. Access to HEIDI toolset Source Code is available at AFRL/RIEB, Rome, NY location only. Please contact Mr. Woodruff five (5) business days in advance to arrange a time to review the code. Prior to access being granted, respondents must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement, (may be obtained at http://www.dlis.dla.mil/default.asp) along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library or source code, to the Government Program Manager at the Air Force Research Laboratory/RIEB, 525 Brooks Road, Rome, New York 13441-4505, or fax to his attention at (315) 330-7644. Responses to this sources sought are requested from small businesses and will be used for market research purposes and possible set-aside. Should the determination be made to select this as a small business set-aside, another notice will be posted reflecting such. Request large businesses also respond to Jeremy O'Brien, Contract Specialist, only to express their interest in submitting a proposal, should this acquisition not be a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 541712 and the size standard for small business is 500 employees. Respondents to this announcement should indicate whether they are a small business, 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). As discussed at 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, for R&D work, a reasonable expectation of obtaining from small businesses 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 HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. This information will assist the Air Force in making a set-aside decision. Provide information on at least 3 contracts for similar work within the past 5 years. Include complete references, contract titles, dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the respondent, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. Respondents must demonstrate knowledge/expertise in the following areas: Lightweight Directory Access Protocol (LDAP), Solaris 10 and 11, Multi-Level Security (MLS) Guards, Trusted Java Desktop, multi-level aware applications, hardware-based security, 3D application acceleration, thin client optimized video streaming technologies, and cross security domain technology, cross domain certification and accreditation processes, and life cycle management process for software development and fielding. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your company intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your company employ? (3) How many TS/SCI cleared personnel are currently available? (4) Will you need to hire additional personnel to perform this effort? (5) Is your company's cost accounting system approved by DCAA or DCMA? If not, how would your company financially administer a cost-reimbursement type contract? (6) Are there any other factors concerning your company's ability to perform the upcoming effort that the Air Force should consider? Respondents are also requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign nation employees on this effort. Foreign participation is excluded at the prime contractor level. The Draft Request for Proposal is expected to be posted for review and commented by potential offerors 3rd Quarter of the Government Fiscal Year 2012. The formal solicitation is expected to be released within the 4th 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 http:www.fedbizopps.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to this solicitation. Any questions concerning this Sources Sought Notice may be directed to the Contract Specialist, Jeremy W. O'Brien at 315-330-4729, Jeremy.OBrien@rl.af.mil or the Contracting Officer, Kelly L. Conniff at 315-330-4073, Kelly.Conniff@rl.af.mil. All submissions must be addressed to Janis Norelli, AFRL/RIB, 26 Electronic Parkway, Rome NY 13441-4514 and must be received by 3:00 P.M., EST fifteen (15) days after release. Responses must reference the solicitation number, and contain the respondent's Commercial and Government Entity (CAGE) code, email address, mailing address and FAX number. While the Small Business Specialist, Janis Norelli, is the focal point for receipt of the statement of capabilities, technical questions should be directed to the Government Program Manager for this indefinite-delivery, indefinite-quantity effort, John Woodruff at (315) 330-7156, email: John.Woodruff@rl.af.mil, the Government Program Manager. Contractual questions should be directed to the Contract Specialist at (315) 330-4729, e-mail Jeremy.OBrien@rl.af.mil 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, Kelly L. Conniff, (315) 330-4073, Kelly.Conniff@rl.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (AUG 2005) 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, Room 225, 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. Original Point of Contact Jeremy W. O'Brien at (315) 330-4729, Contract Specialist, Fax (315) 330-7198, Email Jeremy.OBrien@rl.af.mil Due to limitations of the FedBizOpps website, the Government is unable to post both the Sources Sought and Pre-Solicitation Notices using the same Solicitation Number. Therefore, the Government is posting the Sources Sought Notice at Solicitation Number "E-2-1273_ HEIDI", which will contain only the Sources Sought Notice and all modifications thereto. The Pre-Solicitation Notice, Draft Request for Proposal (DRFP), if applicable, Request for Proposal and any additional updates will be posted to Solicitation Number to be determined at a later date. All prospective offerors are instructed to continue to routinely monitor and register under Solicitation Number "E-2-1273_ HEIDI". At the time of the posting of the Pre-solicitation Notice, this Sources Sought Notice will be modified to identify the Pre-Solicitation number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/E-2-1273_HEIDI/listing.html)
- Record
- SN02680432-W 20120224/120222234904-5ebc737edae4c463b690e0f08bfe9c7a (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 |