SOURCES SOUGHT
D -- Digital Integration of Combat Engagement (DICE) IDIQ Follow-On - DICE Performance Work Statement (PWS)
- Notice Date
- 2/20/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- FA7037-14-R-0006
- Archive Date
- 3/25/2014
- Point of Contact
- Margaret A. Naylor, Phone: 2109772823, Teresa Gonzalez, Phone: 2109776095
- E-Mail Address
-
margaret.naylor@us.af.mil, teresa.gonzalez@us.af.mil
(margaret.naylor@us.af.mil, teresa.gonzalez@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The contractor shall perform tasks to be specified in each individual TO, in the areas identified below in order to furnish the Government with the required services and support. The contractor shall manage and support simultaneous TO(s) at various stages of development and completion at any given time throughout the life of the basic Indefinite Delivery Indefinite Quantity (IDIQ) contract. At this time, the Air Force Intelligence, Surveillance & Reconnaissance Agency (AF ISR Agency/A7KB). Contracting Branch, 102 Hall Blvd, Ste 258, San Antonio, TX 78243-7046 is conducting market research and indentifying, as potential sources, companies that may possess the expertise, capabilities and experience to meet the requirements of the follow-on contract for Digital Integration for Combat Engagement (DICE). The Government is contemplating issuing a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The acquisition plan for this effort has NOT been finalized. This is NOT a request for proposal. Companies responding to this request are advised that participation does not ensure opportunities for participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this request for information. The Government anticipates the future contract to provide the AF ISR Agency DICE with staff, analytical support, system administration support, TTPs, Sustainment, Integration, Research, Development, Testing and Evaluation (RDT&E) in areas relating to Integrated Broadcast Services (IBS), Intelligence, Surveillance and Reconnaissance Theater Gateway (ITGW), and Tactical Data Links (TDL). The tasks under this contract also includes the modernization of commercial-off-the-shelf (COTS) and Government-off-the-shelf (GOTS equipment. The requirements are described in the attached " DRAFT " Performance Work Statement (PWS) which describes tasks and capabilities required to provide technical and analytical support to the Air Force, AF ISR Agency and other Department of Defense (DoD) agencies. The North American Industrial Classification (NAICS) code for this acquisition is 541330; size standard is $14M. The contract requires access to classified information and will include a DD Form 254, DoD Contract Security Classification Specification. Personnel performing this effort must be eligible for Top Secret/Special Compartmented Information (TS/SCI) security clearance. Prospective sources will be required to have DoD facility clearances at the TS/SCI level. All responsible contractors whether potential prime contractors or subcontractors are encouraged to review the DRAFT Performance Work Statement (PWS) and appendices to gain a good understanding of the requirement and provide feedback and questions to the Contracting Officer. Additionally, the Government would like feedback on the following concerns: Provide documentation that supports your company's capability or a plan to meet ALL of the PWS requirements/mission areas. Teaming arrangements are acceptable. In responding to the questions please explain the teaming arrangements and how your team could meet the requirements including past performance. Interested Sources in the DICE requirement must COMPLETELY address all of the following questions in their entirety via an e-mail to margaret.naylor@us.af.mil : 1. Provide contractor's name, address, point of contact, phone numbers and any designations (based on NAICS 541330), state whether your company is small business or large business, etc. 2. Sp e cifically identify if yo u r b u si n e ss is i n t e r e s t e d in p r i m i n g ( e it h e r a s a s ta n dalo n e p ri m e o r as a p art o f a j o i n t ve n t u r e ) o r i n s ub c o n tra c ti n g o p p o rt un iti e s. 3. Does your company have a TS/SCI facility clearance? If so, how many personnel in your company have current TS/SCI clearances? 4. Describe your company's experience (identify years of experience) working as a Data Link Operator (DLO) transferring both traditional and non-traditional ISR by data link methods. 5. De scri b e y o u r c o m p a n y 's ( o r t e a m 's) c a p a b ilities a n d e x p e ri e n c e in the transfer of ISR data to identify data link architecture and network design parameters with reference to Joint Interface Control (JIC). 6. Describe your company's capability to perform service and joint level standards and conformance testing, to include test authority coordination, writing test scripts incorporating data link inputs, perform post test evaluation to ensure proper receipt and transmission of message formats outlined in joint doctrine, as well as writing data link architecture and network diagrams ISR integration. 7. De scri b e y o u r c o m p a n y 's ( o r t e a m 's) c a p a b ilities a n d e x p e ri e n c e with using NSA-Net, Classified Information Systems and Applications, both COTS and GOTS approved data link equipment (i.e. MIRC, ZIRCON, and Info Work Space), Multi-Source Correlation System (MSCS), Air Defense System Integrator (ADSI), Joint Range Extension (JRE), Radiant Mercury, Trusted Manager (TMAN), and a full range of Microsoft Office Applications. 8. De scri b e y o u r c o m p a n y 's ( o r t e a m 's) c a p a b ilities a n d e x p e ri e n c e to provide key support for working in Air Tasking Orders and Special Instructions (SPINS) regarding tactical data dissemination and working with Joint Interface Controlling Authorities. 9. De scri b e y o u r c o m p a n y 's ( o r t e a m 's) c a p a b ilities a n d e x p e ri e n c e with Air Force tactical data link architectures to include supporting major DoD and Air Force level ISR exercises and test events. 10. De scri b e y o u r c o m p a n y 's ( o r t e a m 's) c a p a b ilities a n d e x p e ri e n c e with NSA/CSS, Intelligence Community and DoD directives, policies and operating procedures. 11. What capability does your company have with personnel being available to travel for temporary assignments in support of emerging intelligence (real world or exercise) requirements? 12. Describe your company's experience in training personnel to man a data link operator position in cryptologic elements. 13. Provide specific examples, in the last five (5) years to include the scope of work performed where your company provided contract support that included performing tasks specifically related to military intelligence operations. 14. De scri b e y o u r c o m p a n y 's ( o r t e a m 's) c a p a b ilities a n d past e x p e ri e n c e in working on multiple task orders and/or contracts being worked simultaneously. 15. As stated above, the NAICS code contemplated for this effort will be 541330. In your opinion, does this NAICS code fit the requirement? If not, which NAICS code would you suggest and why. All documentation will be provided via FedBizOpps ( www.fedbizopps.gov ). Contractors will need to download all documents from FedBizOpps. The response to this sources sought is limited to no more than 10 pages (8.5x11 inches), single spaced, 12pt font. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Contractors must be registered in the Central Contractor Registration (CCR), accessed via the Internet at http://www.ccr.gov and Online Representations and Certifications Application (ORCA) via internet at https://orca.bpn.gov/ to be eligible for award of Government contracts. Contracting office address and points of contact are: Contract Administrator, Margie Naylor at AF ISR Agency/A7KB (Business Support Branch), 102 Hall Street, Suite 258, Lackland AFB, TX 78243. POC telephone number is 210-977-2823, or via email at margaret.naylor@us.af.mil and alternate POC, Contracting Officer is Teresa Gonzalez at 210-977-6095 or via email at teresa.gonzalez@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1069b5bfa6026982c4e59135d7f4ff29)
- Place of Performance
- Address: Work shall be performed at Nellis AFB, Nevada and any other locations specified in the Task Orders (TOs)., Nellis AFB, Nevada, United States
- Record
- SN03292210-W 20140222/140220234447-1069b5bfa6026982c4e59135d7f4ff29 (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 |