SOURCES SOUGHT
D -- Engineering support to sustain Theater Battle Managment Core System Force Level (TBMCS)
- Notice Date
- 10/4/2012
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
- ZIP Code
- 84056-5805
- Solicitation Number
- FA8224-13-R-TBMC-S
- Archive Date
- 11/20/2012
- Point of Contact
- Brady Smith, Phone: (801) 777-0947
- E-Mail Address
-
brady.smith@hill.af.mil
(brady.smith@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION For Theater Battle Management Core System Force Level (TBMCS-FL) Contractor Support to Hill Air Force Base (Hill AFB), Utah. This Request for Information (RFI) is for planning purposes only and should not be construed as a solicitation for applications or an obligation on the part of the Government. The Government will not pay for the preparation of any information submitted or for the Government's use of that information. This is a request for market research for information purposes only and does not constitute an Invitation for Bid or a Request for Proposal. As such, it should not be considered as a commitment on the part of the Government. Industry responses to this market research request are placed on notice that any information received by the Government does not ensure participation in any planned or anticipated future solicitations or contract awards. This RFI is requesting interested 8(a) contractors to provide information for a contractor provided workforce in support of a 3 year non-personal service contract at Hill AFB for the sustainment of TBMCS-FL. The sustainment of TBMCS-FL is being performed at Hill AFB, Utah by both Government and contracted personnel. The TBMCS-FL sustainment knowledge and experience level at Hill AFB is in a growth mode and has not yet reached "steady state". A portion of the overall TBMCS-FL sustainment effort at Hill AFB is accomplished by contractor provided support personnel, via a small business, 8(a) set aside contract. This existing contract for support will expire in the first quarter of 2013 and a replacement for that contract is anticipated. Sustainment efforts for this program will occur at Hill AFB and include such activities as; Software Coding, Testing, Systems Engineering, Information Assurance, Training, Fielding, and System Administration. The Government provides all facilities and equipment to perform the sustainment activity at Hill AFB. Sustainment of TBMCS-FL requires continuous, uninterrupted service in order to prevent a break in service which could negatively affect the Warfighter. Hill AFB's overall TBMCS-FL sustainment skills, capabilities and knowledge have not yet reached a point of maturity. Due to the on-going growth of the Hill sustainment capability a loss of TBMCS-FL sustainment skill, experience and knowledge could have detrimental effects on Hill's overall ability to perform TBMCS-FL sustainment activities. Hill AFB is searching for industry sources that have systems integration and hardware/software engineering experience in sustainment of products that include Command and Control (C2) applications that includes integration of hardware/software updates required to maintain capabilities in fielded systems, sustainment services associated with integrated C2 systems that are largely dependent on commercial hardware/software technologies and heavily reliant on interfaces with related external systems with the goal of providing contractor support personnel to Hill AFB. The security clearance level for this effort is Secret and the amount of foreign participation in this request for information has not been determined at this time. INSTRUCTIONS: Below are the TBMCS-FL descriptions and a Contractor Capability Survey for use in preparing a response to this RFI. Respondents should be 8(a). Responders should indicate which portions of their response are proprietary or competition sensitive and should mark them accordingly. Participants are strongly encouraged to provide information via electronic transmittal (i.e., email message with appropriate attachments). Responses to this request for information are requested to be limited to fifteen (15) pages (single sided, 1 inch borders, single line spaced and utilizing Times New Roman font with 12-dot pitch) and received NLT 8:00 AM MST on 5 Nov 12. All questions regarding this RFI (Technical or Programmatic) must be addressed to Mr. Brady Smith, Contract Negotiator, via email at brady.smith@hill.af.mil. No other individuals are authorized to represent the U.S. Government in regards to this request. TBMCS-FL DESCRIPTION: TBMCS-FL is a system used by the United States Army (USA), United States Navy (USN), United States Marine Corps (USMC) and the United States Air Force (USAF) to plan and execute air-war campaigns. TBMCS-FL integrates force-level Command, Control and Intelligence systems in compliance with the Defense Information Infrastructure (DII) Common Operating Environment (COE) as well as industry standards. TBMCS-FL provides automated command and control (C2) and decision support tools to plan, prepare for, and execute an air campaign during peacetime, exercises, war, humanitarian missions, and operations other than war. In support of joint and coalition operations, TBMCS-FL is used to build the Air Battle Plan (ABP), and publish and disseminate the Air Tasking Order (ATO) and Airspace Control Order (ACO). TBMCS-FL is the sole system providing this capability for the Air and Space Operations Centers (AOCs); aboard Navy aircraft carriers and command ships; with Marine Corps Air Wings and support units; and at North American Air Defense Command (NORAD) Regions/Sectors/Wings. In this capacity, TBMCS-FL has been an integral part in major conflicts such as Operation Iraqi Freedom (OIF), Operation Enduring Freedom (OEF) and other contingency operations supporting US and coalition forces worldwide. CONTRACTOR CAPABILITY SURVEY for TBMCS-FL: Please address the following Business Information and Capability Survey as part of your RFI response. If you do not currently possess a capability listed in the Capability Survey please address how you would acquire it. Additionally, please indicate your ability to perform these functions/activities immediately to an eventual contract award. The North American Industrial Classification System (NAICS) code for this action is 541511, with a size standard of $25.5M. Capability of interested businesses will be determined through this RFI with an industry day to be scheduled if necessary. Part I: Business Information • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Please indicate if you are a small 8(a) business under NAICS Codes #541511. Additionally, please indicate if your business is any of the following: Small Disadvantaged Business, 8(a) Small Business, Woman-owned Small Business, Service Disabled Veteran-owned Small Business, Veteran-owned Small Business, or Historically Underutilized Business Zone Small Business, Alaskan Native-owned, or Tribal-owned • Current DSS Level: • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership) • A list of all Enterprise Level IDIQ contracts you have participated in, or currently participating in, along with your level of participation (i.e., Prime, Subcontractor, etc.) Part II: Capability Survey 1. Explanation how the existing Contractor will be replaced without causing a break in sustainment service with emphasis on the method to avoid loss of existing TBMCS-FL sustainment knowledge, experience and capabilities at Hill AFB. 2. Discussion of experience working on Government programs requiring personnel with Secret clearances with details of experience dealing with Government security offices/personnel, classified work environments, Government clearance requests and overall security requirements, processes and procedures. 3. Discussion of experience working on software intensive programs especially those belonging to the Government and that involve any of the following; software languages (i.e., ADA, Java 2 Platform Enterprise Edition (J2EE), C, C++, Perl, Unix Shell Scripts, SQL, Ant, Batch Code, Visual Basic, AWK), operating systems (Solaris 8, Windows 2000/2003, DII COE 3Z) and middleware (Sun Java Runtime Environment 1.6, Oracle 9i/11g, Oracle WebLogic Server 9.2/10.3, Systematic IRIS), Apache Web Server and COTS application (Microsoft Office 2003, Internet Explorer 7, Firefox). 4. Discussion of experience and knowledge of working on an Air Force base and complying with base regulations. 5. Discussion of experience and knowledge working on a software based program at a Government facility and familiarity of Government (Department of Defense) processes and procedures as it relates to that work. 6. Discussion how contractor will supervise its employees working on the TBMCS-FL program at Hill AFB and if the contractor has an office location in Utah. 7. Discussion how contractor could increase the number of personnel assigned to the TBMCS-FL sustainment effort if needed. 8. Discussion of the range of technical support that the contractor could offer such as Information Assurance, testing, software programming/coding, systems engineering, etc. 9. Understanding of Air Operations Centers and TBMCS-FL operations and challenges. CONTACT INFORMATION If you have any technical or programmatic questions, please contact via e-mail the below point of contact: Contracting : Brady Smith Phone: 801-777-0947 Email: brady.smith@hill.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8224-13-R-TBMC-S/listing.html)
- Place of Performance
- Address: 309 SMXG, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02908322-W 20121006/121004234913-351d6df0ac15e5d8f7227617efc0f5b1 (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 |