Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2017 FBO #5867
SOURCES SOUGHT

A -- AWAC Open Mission Systems (OMS) - RIK-OTA-18-R-AWAC

Notice Date
12/14/2017
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
RIK-OTA-18-R-AWAC
 
Archive Date
1/27/2018
 
Point of Contact
Kyle W. Braunlich, Phone: 3153304755
 
E-Mail Address
kyle.braunlich@rl.af.mil
(kyle.braunlich@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment No. 1 OSAI General Information I. INTRODUCTION Document Type: REQUEST FOR INFORMATION Reference Number: RIK-OTA-18-R-AWAC Title: AWAC Open Mission Systems (OMS) Posted Date: 14 DEC 2017 - 12PM EST Response Date: 12 JAN 2017 - 12PM EST This Request for Information (RFI) is for planning purposes only. The information obtained from responses to this notice may be used to inform a future acquisition strategy and solicitation, should one be issued. The intent of this synopsis is to promote opportunity with potential vendors. Participation in this RFI is recommended but does not preclude future participation. II. DESCRIPTION The United States Air Force (USAF) desires to: • Enable faster and more cost-effective modifications, enhancements, and technology insertions. • Enable contributions from multiple industry sources to employ innovative capabilities and lower cost through market forces. Over the remaining life-cycle of the E-3G Sentry Airborne Warning and Control System (AWACS) Mission System. Open Mission Systems (OMS) is the emerging standard for processing data interchange being adopted by several USAF programs to address these goals. The AWACS program office seeks to engage industry to understand how to best implement an OMS-enabling infrastructure modification/extension of the existing AWACS Block 40/45 Mission Computing System (MCS) to support the goals stated above. The OMS-based changes will need to support the planned modifications to AWACS. These include: life-cycle replacement of existing subsystems, integration of new/upgraded sensors, data links and off-board information feeds into its situation air picture display, and sharing of AWACS-produced data with other friendly assets. Many of these planned modifications will require the simultaneous networking and processing/display of information at multiple levels of security classification. This combined Government/industry activity will engage industry to develop and possibly prototype applicable OMS and multiple security domain concepts in the AWACS context to synthesize a Government-owned reference architecture. The architecture will be used to contract with industry to implement the chosen architecture. The steps to achieving the USAF goals are as follows: • Engage industry to bring forward their available OMS and multiple security domain concepts and products applicable to AWACS MCS infrastructure and applications. • Engage industry to refine their concepts into an implementable and compliant OMS-enhanced and certifiable multiple security domain Block 40/45 MCS architecture that will enable the USAF to develop and field modifications and enhancements faster, more cost-effectively, and with wider industry participation. • Assess through design artifacts and analysis the industry partner's implementation concepts to extend and/or modify AWACS MCS to host OMS-based processing and simultaneous networking and processing at SECRET and higher levels of classification. Assessments will include but not be limited to: o Maturity of hardware and software elements introduced to AWACS o Complexity of implementation and fielding (including degree/cost of modifications to the fleet, and other lifecycle costs such as training and maintenance) of the OMS-enabling infrastructure o Complexity of implementation and fielding various classes of modifications called out as modification use-cases o Functional and performance impacts to existing functionality and future capabilities as called out in the requirements and use-cases, and o Technical and Programmatic Risks • Based on assessment of the design artifacts, the USAF may extend this study to prototype one or more of the presented concepts to enhance its insight and further reduce the risk of implementation. • Leveraging the insights gained from industry, the USAF intends to develop a Government-owned reference architecture and requirements to support further risk reduction (if warranted) and implement the OMS infrastructure as part of a modification Engineering, Manufacturing Development (EMD) program. • Collect data to support of Government cost-estimates for EMD and production programs to achieve the end-state OMS-enhanced Block 40/45 MCS (the "system") to modify the fleet. III. AGREEMENT STRUCTURE The Government is considering establishing a prototype project under the Air Force Research Laboratory (AFRL) Open System Acquisition Initiative (OSAI) Other Transaction Agreement for Prototypes No. FA8750-16-9-9000 with SOSSEC, Inc. Prototype projects may be awarded by a Firm Fixed Price project level agreement under the aforementioned agreement. The prototype project period of performance and estimated total funding will be provided in an anticipated future Request for Whitepapers (RFW). For additional information on the OSAI Other Transaction Agreement for Prototypes No. FA8750-16-9-9000 with SOSSEC, Inc., a description of the program and its structure, metrics, and terminology, see Open System Acquisition Initiative (OSAI) Supplemental Information, dated 01 MAR 2017 (Attachment No. 1). IV. ELIGIBILITY INFORMATION A. Foreign participation is excluded at the prime-recipient level. The successful offeror may receive and/or generate technical data subject to export control in the performance of the prototype project. Therefore, prospective offerors must provide a completed and approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (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 1-800-352-3572 or on the web at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx/. It is the sole responsibility of the successful offeror to obtain an export license from the U.S. Department of State and to comply with the federal laws and regulations. Questions concerning the International Traffic in Arms Regulations (ITAR) and export licensing must be directed to the U.S. Department of State's Directorate of Defense Trade Controls and not the Air Force Program Manager, Contracting Office, or Air Force Foreign Disclosure Office. B. Foreign Ownership, Control or Influence (FOCI). Companies who have mitigated FOCI may inquire as to eligibility by contacting the Agreements Specialist listed in paragraph VI.C below for verification prior to responding to this RFI. Please include the Reference Number and Title listed in paragraph "I" of this RFI. V. CONTRACTING OFFICE ADDRESS AFRL/RIKD, Information Grid and Systems Contracting Branch Department of the Air Force, Air Force Materiel Command AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514. VI. SUBMISSION INSTRUCTIONS A. Step 1. Provide Documentation to Support Ability to Receive Documentation. Due to the nature of the AWACS data being provided under this solicitation, prospective offerors shall provide a completed and approved DD Form 2345, "Militarily Critical Technical Data Agreement" to receive documents marked Distribution D & ITAR. The markings state: i. This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. SEC 2751, et seq.), or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. ii. Distribution Statement D: Distribution authorized to the Department of Defense and U.S. DoD contractors only: Critical Technology. Other requests shall be referred to AFLCMC/HBSB. Interested prospective offerors shall provide their completed and approved DD Form 2345 "Militarily Critical Technical Data Agreement" by email to the Agreement Specialist listed below. Documentation pertaining to this RFI will be released to the approved data custodian listed on the completed and approved DD Form 2345 "Militarily Critical Technical Data Agreement" ONLY. B. Step 2. Receive the Documentation and Participate in a RFI Walkthrough Teleconference. A teleconference will be held to walk potential vendors through the RFI documentation on Wednesday 20 December from 1000-1200 EST. A briefing and teleconference number will be provided to the potential vendor's data custodian upon receipt and validation of their completed and approved DD Form 2345 "Militarily Critical Technical Data Agreement." The teleconference will be an open forum for the Government to walk potential offerors through the RFI documentation as well as answer questions industry may have. One-on-one sessions between the Government and industry may be setup upon request. Please coordinate with the Agreement Specialist list below. C. ALL questions and answers will be provided to ALL prospective offerors. Address ALL questions regarding this RFI to kyle.braunlich@us.af.mil. Include "RFI RIK-OTA-18-R-AWAC" in the subject line. D. It is important to note that this Request for Information is not a Request for Whitepaper nor a Request for Proposal. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a project, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Request for Information is voluntary. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information. E. The Government anticipates releasing a Request for Whitepaper (RFW) under the Air Force Research Laboratory (AFRL) Other Transaction Agreement for Prototype No. FA8750-16-9-9000 with SOSSEC, Inc. on or around 22 JAN 2018. Participation in the anticipated RFW will require membership with SOSSEC, Inc. SOSSEC, Inc. is the Open Systems Acquisition Initiative (OSAI) awardee/recipient. Joining the SOSSEC Consortium is a very quick process, new members will be asked to review the consortium membership agreement and pay a $500 membership fee. AF OTA is an agreement between the government (AFRL/RI) and the SOSSEC consortium, and SOSSEC acts as a mentor & intermediary, supporting companies that bid solutions. Please contact John Nunziato, 603-458-5529, jnunziato@sossecinc.com. F. Responses to this RFI shall be double spaced with a font no smaller than 12 points. In addition, prospective offerors are requested to provide their Commercial and Government Entity (CAGE) number (if they have one), their unique entity identification (e.g. Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number (if they have one)), a phone number, an e-mail address, and reference to the RFI number with their submission. G. Each respondent shall properly and adequately label proprietary information as applicable. Proprietary information is discouraged. Where proprietary information is necessary, all submissions should clearly indicate any limitations on the disclosure or proprietary information. If the prospective offeror wishes to restrict its submission, they must be marked with restrictive language. The prospective offeror shall also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this RFI response." H. Please submit your response to the following email addresses by 12 PM EST FRI 12 JAN 2018: a. OTA Agreement Officer's Technical Representative: John Salamy Phone: (315) 330-2775 Email: john.salamy@us.af.mil b. OTA Agreement Specialist: Kyle Braunlich Phone: (315) 330-4755 Email: kyle.braunlich@us.af.mil (END)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/RIK-OTA-18-R-AWAC/listing.html)
 
Record
SN04767642-W 20171216/171214231523-dfec69d747b6e7430f08a278602e5480 (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.