Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2016 FBO #5214
SOURCES SOUGHT

A -- Advanced Research Center (ARC)

Notice Date
3/1/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACV, Bldg 5222, Martin Road, Redstone Arsenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
HQ0147-16-ARC-RFI
 
Archive Date
4/6/2016
 
Point of Contact
J. Michelle Leger, , Sherry Trowbridge,
 
E-Mail Address
michelle.leger@mda.mil, sherry.trowbridge@mda.mil
(michelle.leger@mda.mil, sherry.trowbridge@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
The Missile Defense Agency (MDA) is seeking potential sources to provide support for the Ballistic Missile Defense System (BMDS) at the Advanced Research Center (ARC) located at a Government Leased Facility in Huntsville, Alabama. This announcement serves as a Sources Sought issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. The MDA is soliciting feedback and seeking information from all sources. This announcement has two purposes: (1) to obtain expressions of interest from the small business community in the ARC competition at the prime contractor level, and (2) to roughly gauge the capability of those interested small business firms or teams as viable contenders at the prime contractor level. Background The ARC provides MDA support through missile defense engineering, development, integration, testing and analysis of the BMDS; a key node on the Missile Defense Agency Network (MDANet); and an important asset in assisting the joint warfighter through analysis, experimentation and exercises in both classified and unclassified environments. Requirements The effort consists of operating and maintaining secure, networked computing platforms ranging from desktop computers to high performance computers, auxiliary equipment such as storage media, high bandwidth communications equipment, multimedia communications equipment and all other equipment and facilities that form the ARC. The contractor must also be able to demonstrate the ability to assume all Research, Development, Test and Evaluation, and Operation and Maintenance functions as they exist at the time of the contract start (estimated date September 2017). This may include in-progress customer tests, experiments, exercises, war-games and other customer programs as well as upgrade and modernization tasks involving facility, hardware, and software efforts. The contractor must have the ability to implement changes in the support provided, since existing systems may be removed from service and new systems introduced during the term of the contract. Some tests may require contractor personnel at remote sites. Due to fluctuating customer support requirements, the contractor should have the ability to provide qualified personnel to meet surge requirements. Capability and Information Statement Firms that can meet requirements set forth above are requested to provide a statement of capabilities and information demonstrating management capability and technical experience on similar acquisitions. All responses shall be in contractor format, in Times New Roman 12pt font, and shall not exceed 15 pages. Responses to this notice shall include the following administrative data: 1. Company name, address, contacts, phone number, e-mail address, and CAGE code. 2. Notification of interest in proposing as a prime contractor, subcontractor, or both. 3. Company profile to include number of employees, annual revenue history for last 3 years, office locations, DUNS number, company size (small or large) in relation to the proposed NAICS, etc. Identification of small business type (i.e., SDB, SDVOSB, 8(a), etc.) 4. Indicate whether your organization currently has a General Services Administration schedule that could be used to support this effort, the schedule number, and any special item numbers associated with the schedule. 5. E-mail should include the following subject line: Company Name--Capability Statement for the Advanced Research Center (ARC) Interested companies should include in their response answers to the following questions/requests: 1. How do you ensure continuous technology improvement while maintaining a large set of MDA developmental ground testing computational resources? 2. How do you keep staffing/skills current with changing needs and new technologies? 3. How do you ensure that new system functions and capabilities are cost-effective, and maintainable? 4. How do you ensure high end-to-end performance in a distributed complex system? 5. What use would you make of approaches and technologies of recent advances and breakthroughs in the fields of software development, IT hardware and management, and cyber security? 6. Discuss the appropriateness of contract type for this requirement. Discuss the advantages or disadvantages of a single or multiple award and provide input on the following: Performance incentives: types of fee (e.g. incentive fee, award fee), use of options, and/or other appropriate incentives for contractor performance. 7. What would be your approach to mitigate risks found in Attachment 11? 8. Discuss your capability to perform the tasks and/or sub-tasks for each functional area. Your discussion must be detailed enough to demonstrate a clear understanding of the functional scope of work to be performed. Specific requirements and criteria for each performance area can be found in Attachments 1-10. 9. Address your organization's capability to manage a broad R&D contract covering a range of science and technology disciplines and interdisciplinary work. A strong, efficient management approach is of the utmost importance when serving as the prime contractor on a task order IDIQ contract. 10. The NAICS code 541712 is a preliminary determination; the final determination will be listed in the solicitation. Industry input is welcomed. Proprietary information is neither sought nor desired by MDA. If proprietary information is submitted, it must clearly be marked "proprietary" on every sheet containing such information and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Respondents are responsible for adequately marking proprietary information contained in their response. Do not send any classified information. Companies are advised that the government may contact those who respond to this announcement, as needed, on a one-on-one/case-by-case basis, to further clarify the information submitted. Responses will be treated only as information for the Government to consider. Submissions of capability statements will be separate from, and have no bearing on, submissions in response to any future Request for Proposal, if one is issued. Eligibility to participate in any future acquisition does not depend upon a response to this notice. MDA will not provide feedback on the responses to this notice. The Government will not pay for any direct or indirect costs that are incurred in responding to this Sources Sought. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the MDA in developing its acquisition strategy, statement of work/performance work statements and/or statement of objectives. If a solicitation is released it will contain an organizational conflict of interest (OCI) clause that could limit a successful Offeror from participating in other MDA contracts. To the greatest extent possible, while still protecting the Government's interests, the OCI clause will be applied only for the supported technology areas of the contractor's actual technical analysis performance. If a solicitation is released FAR 52.222-17, Nondisplacement of Qualified Workers, will apply. The Contractor must be able to obtain and retain a Top Secret facility clearance and be able to comply with DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012 Dev (Oct 2015), Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015), 252.204-7014, Limitations on the Use or Disclosure of Information by Litigation Support Contractors, and 252.239-7010, Cloud Computing Services. This acquisition will not be open to participation by foreign firms at either the prime or subcontract level. Please note that this is not a request for competitive proposals; however, all responsible sources who believe they can meet the requirements are encouraged to submit a capability statement demonstrating the ability to comply with the above-stated requirements NLT 15 Business Days from this posting, electronically to sherry.trowbridge@mda.mil and michelle.leger@mda.mil. The MDA will not issue paper copies of this request. Small Business Participation MDA is committed to providing small businesses with maximum practicable opportunities to participate in MDA prime contracts and subcontracts. FAR Clause 52.219-14 -- Limitations on Subcontracting will apply. Contracting Office Missile Defense Agency Contracting Officer: Sherry B. Trowbridge, sherry.trowbridge@mda.mil Missile Defense Agency Contract Specialist: Michelle Leger, michelle.leger@mda.mil Attachment 1 PERFORMANCE AREA 1: GENERAL Technical Capability: In order to achieve our mission, the contractor support teams must demonstrate the ability to: 1) Task Orders (TOs) - Develop a technical and pricing proposal within 10 days of the TO request for proposal (RFP). 2) Systems Operation- Operate a 95,000 square foot Government Leased computer facility Monday through Friday from 0700-1800 hours (CST) providing both classified and unclassified connectivity and processing capability to authorized customers, with the flexibility to extend normal hours of operation if directed by mission needs. 3) Configuration Management- Develop, implement and maintain a Configuration Management (CM) Plan for hardware and software components. 4) Quality Assurance- Develop, implement, and maintain a quality assurance program with a system of metrics to track those processes that are key to effective and efficient operations. **********END********** Attachment 2 PERFORMANCE AREA 2: ENGINEERING AND ANALYSIS Technical Capability: The contractor support teams must demonstrate the ability to: 1) Resources- provide the necessary engineering and management resources required to support the design, development, testing, integration, enhancement, demonstration, and operational deployment aspects of space or missile defense models, simulations and testbeds. 2) Research, Test and Engineering Techniques- Analyze MDA and other Government and commercial processing research, focusing on research, test, and engineering techniques, along with developments in hardware and software for integration into testbeds. 3) Standards- Perform all studies, test, and documentation with reference to the policies described in IEEE/EIA/ISO 12207 and the National Industrial Security Program Operating Manual (NISPOM). 4) Requirements Analysis- Perform analysis to identify an integrated set of requirements to support design, development, integration, execution, and analysis of experiments, tests, exercises, and demonstrations in distributive software technology, real-time algorithms, and advanced computing hardware. 5) Systems Design A. Testbed- Develop detailed designs of the hardware and software required to meet the requirements for experiments, tests, exercises and demonstrations. B. Computational Configuration and Resources- Design the computational configurations and resources required for the development, execution, and analysis of advanced space and missile defense experiments, tests, exercises and demonstrations. C. Development, Experimental, Analysis & Development Support Systems- Design the systems required for efficient development of distributed software systems, real-time algorithms, and hardware. D. Test and Validation- Perform tests and analyses to validate implemented designs. **********END********** Attachment 3 PERFORMANCE AREA 3: LAB OPERATIONS AND MAINTENANCE Technical Capability: The contractor support teams must demonstrate the ability to perform ARC Lab Operations and Maintenance functions within the following categories: 1) Technical Interchange Meetings 2) Integrated Product Team support 3) Infrastructure support of exercises, experimentation, demonstration, and tests 4) Simulation/model/driver support 5) Instrumentation/monitoring/displaying 6) Data reduction/display/analysis/reporting 7) Troubleshooting/Find-and-fix activities 8) Backup systems and disaster recovery 9) Maintenance 10) Communication links 11) Support for the MDA Network and Other Government networks 12) Asset Manager, Test Resource Manager, and Task Order Manager Customer support **********END********** Attachment 4 PERFORMANCE AREA 4: PROGRAM MANAGEMENT Technical Capability: The contractor support teams must demonstrate the ability to perform ARC Program Management functions within the following categories: 1. Hiring and maintaining qualified, certified, trained, and responsive staff 2. Short and long-range planning 3. Support for Government briefings, demonstrations, and training sessions 4. Purchasing equipment and maintenance agreements 5. Budget management 6. Contract/ subcontract management 7. Scheduling 8. MDA policy compliance 9. Conducting tours for MDA Senior Management and visiting dignitaries 10. Maintaining working relationship with DTR, DOC, and DAC management and responding to daily tasking 11. Maintaining working relationship with Task Order Managers and responding to daily tasking 12. Records management 13. Technical and financial status reporting **********END********** Attachment 5 PERFORMANCE AREA 5: FACILITY MANAGEMENT Technical Capability: The contractor support teams must demonstrate the ability to perform ARC Facility Management functions within applicable standards, regulations, codes, and policies for safety, environmental, electrical, mechanical, and HVAC to include: 1. Performing repairs and modifications 2. Producing engineering-level drawings and reports 3. Maintaining a relationship with MDA/DPF, IMC, and the building owner 4. Performing feasibility surveys to determine and evaluate the impact of proposed building modifications, equipment and personnel relocations. Additionally conduct trade-off analysis of alternative designs **********END********** Attachment 6 PERFORMANCE AREA 6: SECURITY Technical Capability: The contractor support teams must demonstrate the ability to perform ARC Security functions within the following categories: 1. 24-hour Guard Services 2. Intrusion Detection Systems (IDS) 3. Protected Distribution System (PDS) between closed areas as well as Self-Certification authority for "Closed Areas" 4. Security and protection of data 5. Account administration 6. Document Control 7. Cybersecurity 8. Personnel Access (maintaining and protecting PII, processing clearances, VARs, badging, etc.) 9. Acquiring and maintaining security accreditations 10. Maintaining working relationship with MDA and Defense Security Service (DSS) security organizations **********END********** Attachment 7 PERFORMANCE AREA 7: PROPERTY MANAGEMENT Technical Capability The contractor support teams must demonstrate the ability to perform ARC Property Management functions within the following categories: 1. Track and manage Government Furnished Property, Material and Equipment in accordance with FAR 52.245-1, MDA Instruction 4161.01-INS, Accountability and Reporting of MDA Property, and Defense Property Accountability System (DPAS). 2. Procure items in a timely manner to meet test event schedules 3. Track and manage Contractor Acquired Property 4. Shipping and Receiving 5. Packaging and Handling 6. Short-term and long-term storage 7. Maintaining working relationship with DoD and MDA property management offices **********END********** Attachment 8 PERFORMANCE AREA 8: NETWORK CONNECTIVITY Technical Capability: The contractor support teams must demonstrate the ability to perform ARC Network Connectivity functions within the following categories: 1. Network design and installation 2. Preparing accreditation packages 3. Acquiring and maintaining network accreditations (including ATOs and ATCs) 4. Network and bandwidth management 5. Network maintenance, refresh, and upgrades/reconfigurations 6. Producing engineering-level drawings 7. Maintaining working relationship with networking/accrediting organizations and service providers (DREN, MDA/IC, CNDSP) **********END********** Attachment 9 PERFORMANCE AREA 9: SPECIAL REQUIREMENTS Technical Capability: The contractor support teams must demonstrate the ability to: 1. Perform feasibility surveys to determine and evaluate the impact of proposed changes on elements such as hardware, software, firmware, operations, personnel and telecommunications, conduct trade-off analysis of alternative designs, and prepare reports. 2. Perform trade-off studies, general information studies, system conversions and/or migrations. **********END********** Attachment 10 PERFORMANCE AREA 10: TRANSITION EFFORTS Technical Capability: The contractor support teams must demonstrate the ability to: 1. Participate in a contract transition process with the Government and the out-going Prime contractor and/or sub-contractors. 2. Meet all basic contract PWS, QASP and / or TO requirements during the phase-in/out period. 3. Satisfy all DoD security requirements (physical, personnel, access, Information Systems, networks). 4. Obtain all current information system local accreditations, i.e., Wide Area Network, Self-Certification authority for "Like Kind" systems, Intrusion Detection Systems (IDS), and Protected Distribution System (PDS) between closed areas as well as Self-Certification authority for "Closed Areas". **********END********** Attachment 11 PERFORMANCE AREA 11: RISK MITIGATION Technical Capability: The contractor support teams must demonstrate the ability to mitigate risk in the following areas: 1. Power outages 2. DSS and MDA accreditation standards 3. Processes, to ensure uniformity 4. Infrastructure maintenance 5. Ability to attract and retain a qualified workforce 6. Labor category distribution to decrease reliance on SMEs **********END********** ACRONYM LIST ARC Advanced Research Center ATCs Authorizations to Connect ATOs Authorizations to Operate BMDS Ballistic Missile Defense System CAGE Code Commercial and Government Entity Code CNDSP Computer Network Defense Service Provider DAC Acquisition and Contracting Directorate (MDA organization) DFARS Defense Federal Acquisition Regulation Supplement DOC Cost Analytics and Parametric Estimating Directorate (MDA/DO organization now known as CP) DPAS Defense Property Accountability System DREN Defense Research Engineering Network DSS Defense Security Service DTR Test Resources Directorate (MDA organization) DUNS Data Universal Numbering System FAR Federal Acquisition Regulation GSA General Services Administration IDIQ Indefinite Delivery/Indefinite Quantity IDS Intrusion Detection System IEEE/EIA/ISO Institute of Electrical and Electronics Engineers/Electronics Industries Alliance/International Organization for Standardization IMC Incident Management Center (managed by MDA Security and Emergency Management Directorate) IT Information Technology MDA Missile Defense Agency MDA/DPF Facilities, Military Construction, and Environmental Management Directorate (MDA organization) MDA/IC MDA Chief Information Officer organization (MDA organization) MDANet Missile Defense Agency Network NAICS North American Industry Classification System NIPSOM National Industrial Security Program Operating Manual OASIS One Acquisition Solution for Integrated Services OCI Organizational Conflict of Interest PDS Protected Distribution System PII Personally Identifiable Information PWS Performance Work Statement QASP Quality Assurance Surveillance Plan R&D Research and Development SDB Small Disadvantaged Business SDVOSB Service-Disabled Veteran-Owned Small Business SMEs Subject Matter Experts
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DACV/HQ0147-16-ARC-RFI/listing.html)
 
Place of Performance
Address: Huntsville, Alabama, United States
 
Record
SN04035902-W 20160303/160301235101-59ff6703dbae3415d55e086121f4ca10 (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.