SOURCES SOUGHT
R -- Strategic C3 System Engineering and Technical Assistance (SETA)
- Notice Date
- 9/2/2016
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
- ZIP Code
- 20755-0549
- Solicitation Number
- NA-611600483-90001
- Archive Date
- 10/8/2016
- Point of Contact
- Jacelyn Stanton, Phone: 3012254085, Brian Leyda, Phone: 301-225-4106
- E-Mail Address
-
jacelyn.e.stanton.civ@mail.mil, brian.k.leyda.civ@mail.mil
(jacelyn.e.stanton.civ@mail.mil, brian.k.leyda.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of businesses (including the following: HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The JSEIO provides systems engineering and other technical support across the three National Leadership Command Capability (NLCC) mission areas -- Presidential and Senior Leadership Communications (P/SLC), Nuclear Command, Control, and Communications (NC3), and Continuity Communications (i.e., Continuity of Operations (COOP)/Continuity of Government (COG) communications). JSEIO was chartered by the Deputy Secretary of Defense to be the unifying technical authority within the Department of Defense (DOD) focused on identifying and developing alternative, cost-effective, and operationally effective communications architectures and end-to-end integrating architectures and specific technical solutions which may better support United States senior leadership in the future. The Director, DISA is also assigned the role as the U.S. Nuclear Command, Control and Communications (NC3) System Engineer, the National Military Command System (NMCS) Systems Engineer, and the Senior Leader Command, Control, and Communications System (SLC3S) System Engineer to perform long-range planning via architecture, threat, and programmatic analyses and NLCC architecture and roadmap development and system engineering support that includes the installation, implementation, systems integration, technical evaluation/assessment and decommissioning of component systems. The DISA charter lists twenty-six functions to be performed related to the NLCC mission areas. Other directive documents also task DISA with complimentary NLCC functions. Within DISA, JSEIO has been assigned the functions of these three System Engineers. In summary, JSEIO evaluates the capability of the NLCC to support Presidential, Secretary of Defense, Joint Staff, and combatant command decision-making across the entire spectrum of conflict and threat environments. Additionally, JSEIO provides technical support to the Joint Staff in recommending potential technical changes and updates to Chairman of the Joint Chiefs of Staff Instructions (CJCSIs) related to the NLCC mission areas. Efforts are ongoing to expand these instructions to meet new requirements, to include nuclear, non-nuclear, and active and passive defenses. Contract support will assist and support the Government with information to help the Government in developing future system-of-system architectures, engineering solutions, and system integration technical standards for evolving the NLCC to meet national policy under the changing requirements of the post-9 Sep 2001 environments, including DOD involvement with Continuity Communications in the Federal Government. Evolution of the NLCC component systems includes insertion of new technologies, such as net-centric capabilities where appropriate, while maintaining the stringent technical performance required for each NLCC mission area. Contract support will assist the Government to develop and maintain system architectures and design future system implementations to create a broader and improved NLCC capability. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIREMENTS Subject matter of analysis and engineering support will generally include broad assessments of the NC3 and other NLCC architectures, detailed trade-off studies of component systems in support of particular missions and system engineering analyses to improve the mission performance of component systems. The overall purpose is to produce an integration of the three (3) NLCC mission areas (Presidential and Senior Leadership Communications (P/SLC), Nuclear Command, Control, and Communications (NC3), and Continuity Communications (i.e., Continuity of Operations (COOP)/Continuity of Government (COG) communications)) into a broader strategic NLCC and NMCS, which integrates other functional areas such as Missile Defense and Global Strike to meet NC3 and the other NLCC mission requirements. Tasks include: •Produce recommended revisions to recurring and regularly published documentsfor the following areas of concentration: o A set of six volumes of Nuclear Command, Control and Communication (NC3 ) Systems Description o Senior Leadership Command, Control, and Communications Systems (SLC3S) Description o NC3 & Thin-line Architecture Diagrams o NC3 Emergency Action Procedures of the Chairman of the Joint Chiefs of Staff (EAP-CJCS), and Emergency Action Messages (EAM) volumes o NC3 Cyber Assessment o NC3 Scenarios Analysis o U.S. Postulated Threats to the Nuclear C3 Systems o NLCC Program Tracking Report • Provide recurring engineering support to the government in tracking nuclear survivability characteristics, testing, hardness maintenance, surveillance of the facilities, and equipment within the Nuclear C3 System. This effort will result in: o Nuclear Effects Analysis/Studies (RF propagation) o Install, run and evaluate new versions of modeling tools (e.g., LFCOM, ISSA, OATS) • Provide NLCC systems engineering support and analysis, focusing on evolution of the Nuclear C3, Presidential/Senior Leaders communications,and Continuity of Operations (COOP)/Continuity of Government (COG) communications for both current and future objective architectures and associated roadmap to develop the following: o NLCC Architecture Roadmap (Current and future) o NLCC Configuration Management Recommendation Report(s) o NLCC Technical Paper/Reports. • Provide recurring engineering support to develop all system engineering artifacts, to include those that will impact policy or procedures associated with, transformation of systems, to ensure seamless modernization of existing systems such as: o NMCS Reference Guide support, System Content Update (SIPRNet Access Required) o NMCS Reference Guide support, NMCS-Node Pages Update (SIPRNet Access Required) o Logistic Support Plan o Technical Drawings and Schematics o Test Plan & Report and recommendations. o Analysis briefing/White paper. o Technical drawings and schematics • Produce topical, non-recurring reports on analytical subjects that arise from current issues and customer interests • Produce White Papers resulting from technical analyses performed by the contractor • Provide Subject Matter Expertise to analyze: o Broad assessments and scenario war gaming of NC3 for current, programmed, and potential NLCC and component mission area (i.e., NC3, P/SLC, and Continuity Communications) architectures o Detailed trade-off studies of component systems in support of particular missions o System engineering analyses to improve the mission performance of component systems (e.g., MILSTAR) and/or groups of systems (e.g., satellite communications) or a mission area (e.g., NC3 P/SLC) as a whole • Effective integration of new systems (e.g., Advanced Extremely High Frequency) and new technologies (e.g., mobility communications and systems); computer model development, enhancement, and use in support of these analyses Provide feedback/recommendations on the development of new NLCC-related concepts SPECIAL REQUIREMENTS: 1. Performance of work under the contract requires regular access to information classified up to and including U.S. TOP SECRET-Restricted Data and requires TOP SECRET (TS)/Sensitive Compartmented Information (SCI) access. 2. The place of performance for the contract is DISA Headquarters at Ft Meade, Maryland based on space availability. If sufficient space for all contractor personnel is unavailable at the Government facility, the contractor shall, if necessary, provide support at their own facility within 20 miles of Fort Meade, Maryland. If contractor personnel requiring access to SECRET materials must work at the contractor's facility, it must be equipped and approved to process material up to the SECRET classification level. If contractor personnel requiring access to TS materials must work at the contractor's facility, it must be equipped and approved to process material up to the TS classification level. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541990 -- All Other Professional, Scientific, and Technical Services, with the corresponding size standard of $15.0M (https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards). This Sources Sought Synopsis is requesting responses to the following criteria ONLY from businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. SUBMISSION DETAILS: Responses should include: a. Business name and address; b. Name of company representative and their business title; c. Type of Small Business if applicable; d. Cage Code; and e. Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), NIH, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle applicable to the requirements. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 23 September 2016, 4:00 PM Eastern Daylight Time (EDT) to the Contract Specialist at jacelyn.e.stanton.civ@mail.mil and the Contracting Officer at brian.k.leyda.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government personal reviewing responses to this request will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/NA-611600483-90001/listing.html)
- Place of Performance
- Address: Ft. Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN04253849-W 20160904/160902234918-69cb1161c60d91b0397e92a5ed49d038 (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 |