SOLICITATION NOTICE
R -- Global Application Research, Development, Engineering, and Maintenance (GARDEM)
- Notice Date
- 4/10/2018
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- 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
- FA8750-19-R-0001
- Point of Contact
- Ashley M. VanDenTop, Phone: 315-330-4457
- E-Mail Address
-
Ashley.VanDenTop@us.af.mil
(Ashley.VanDenTop@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Global Application Research, Development, Engineering, and Maintenance (GARDEM) General Information Document Type: Presolicitation Notice Solicitation Number: FA8750-19-R-0001 Classification Code: R - Professional, administrative, and management support services NAICS Code: 541511 - Custom Computer Programming Services Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY 13441-4514. Point of Contact: Ashley M. VanDenTop, Contracting Officer, Phone (315)-330-4457, Email: Ashley.VanDenTop@us.af.mil Description The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI), has a requirement to perform research, development, prototyping, integration, testing, demonstration, deployment and maintenance of innovative technologies and concepts in support for Global Application Research, Development, Engineering and Maintenance (GARDEM) software baselines. GARDEM provides Air Force, Department of Defense, Intelligence Community (IC) and other Federal Agencies with a software toolkit that provides a general data visualization and analysis infrastructure for the analysis of temporal, spatial, entity, and association information, report generation, incident reporting, workflow, and query/search. Web-Enabled Temporal Analysis System (WebTAS) Enterprise (WE), Combined Information Data Network Exchange (CIDNE), International Distributed Uniform Reporting Environment (INDURE) and Runway make up the primary software applications in the GARDEM toolset. The flexible toolset architecture provides access to multiple data sources, data mining, information fusion, and collaboration tools that facilitate trend, link, pattern, and distributed analysis to support activity prediction and customer unique capabilities. This effort will perform research and development, design, analysis, studies, engineering, integration, test, evaluation and operations and maintenance support for current and new users of the GARDEM software toolset. Technical enhancements are needed to correct any identified shortcomings in the toolset and to provide additional capabilities, features, processes, and documentation. The enhancements will extend GARDEM toolset functions and provide more effective and efficient capabilities to meet the needs of the users. Due to real world events, rapid software releases are required to maximize our technological capabilities at current and future deployed sites worldwide. Installation support will be needed to install the GARDEM toolset software and hardware, and train users at multiple sites throughout the world. For example, sites such as United States Central Command (USCENTCOM), which involve contingency operations and quick response to warfighter needs will require this installation support. Operations and maintenance actions will be needed to provide continued system maintenance to current customer sites and to the new sites after system installation. In the course of performance, the contractor will interface with various DoD and Government agencies through visits and electronic means, and technical visits that will take place at various sites, worldwide. Anticipated deliverables include software, hardware, and technical documentation. For the aforementioned requirements, the Government anticipates award of a multiple-award, indefinite-delivery, indefinite-quantity (IDIQ) contract with Cost Plus Fixed-Fee Completion (CPFF/C), Cost Plus Fixed-Fee Term (CPFF/T) and Firm Fixed-Price (FFP) task orders. Anticipated ordering period for basic IDIQ is 60 months. Taking into consideration the real world events currently unfolding, the Government presently contemplates the maximum ordering amount to be approximately $427,000,000 for this 60 month ordering period. Foreign Allied Participation at the prime contractor level shall NOT be permitted for this effort. A technical library relating to the subject area of this acquisition will be made available via Defense Intelligence Information Enterprise (DI2E). In order to gain access to DI2E and the read library, interested vendors will first need to request access through AFRL/RI personnel. Full instructions and contact information will be provided at a later date, via FedBizOpps. For planning purposes, interested vendors who wish to gain access to the source code will be required to sign a Memorandum of Agreement (MOA) pertaining to source code as well as furnish a copy of their company's DD Form 2345 - Militarily Critical Technical Data Agreement. Upon the Request for Proposal (RFP) closing date, those companies having access to the source code will be required to completely and entirely remove it from their systems and provide evidence of such to AFRL/RI personnel. Evaluation of the small business capability packages received in response to the previous Request For Information (RFI) announcement resulted in a determination that a small business set-aside could not be established. The North American Industry Classification Systems (NAICS) code for this effort is 541511, with the small business standard being average annual receipts totaling < $27.5M. A Draft Request for Proposal (RFP) for this effort is anticipated to be released during the 4th quarter of CY 2018. Potential offerors will be encouraged to review and comment on the Draft Request for Proposal, including Section L and M. A more specific date for Draft Request for Proposal release has not yet been determined. Continue to monitor the FedBizOpps link for this opportunity for updates in this regard. THE ENTIRE SOLICITATION WILL BE ISSUED ON THE FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) WEB SITE AT http://www.fedbizopps.gov/. The FedBizOpps offers a registration service that will send an e-mail notification when a change is made to this announcement. To register, click on the "Add To Watchlist" button at the top of this announcement in FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective offerors interested in submitting a proposal for this solicitation must register by e-mail directly with the Contracting Officer at Ashley.VanDenTop@us.af.mil in order to be placed on the List of Interested Parties. Include your company name, address, telephone number and point of contact, fax number, e-mail address, Commercial and Government Entity (CAGE) code, and whether your company is a large or small business under NAICS 541511. The Contracting Officer will continue to post updates to the List of Interested Parties on FedBizOpps in order to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contracting Officer should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial item(s) within thirty (30) days of this notice. All responsible sources may submit a proposal in response to the RFP which shall be considered. Technical questions should be directed to the Contracting Officer's Representative (COR), Dawn Mazza, via e-mail to Dawn.Mazza@us.af.mil or by phone at (315) 330-7311. Contractual questions should be directed to the Contracting Officer, Ashley VanDenTop, via e-mail to Ashley.VanDentop@us.af.mil or by phone at (315) 330-4457. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting with an Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer, Ashley M. VanDenTop, (315) 330-4457, Ashley.VanDenTop@us.af.mil, for resolution. AFFARS Clause 5352.201-9101 Ombudsman (JUN 2016) will be incorporated into the resultant contract. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The Ombudsman may refer the party to another official who can resolve the concern. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the Contracting Officer, concerned parties may contact the following AFRL Ombudsman: Lisette LeDuc, Building 15, Room 225, 1864 4th Street, Wright Patterson AFB OH 45433-7130; COM (937) 904-4407. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFRL level, may be brought by the concerned party for further consideration to the Air Force Ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Point of Contact Ashley VanDenTop at (315) 330-4457, Contracting Officer, Email: Ashley.VanDenTop@us.af.mil The Request for Information (RFI), Industry Day Announcement, Industry Day Q&A, and List of Interested Parties from Industry Day for the GARDEM effort were posted on FedBizOpps under Solicitation Number FA8750-18-R-0001. This Pre-Solicitation Notice, the eventual Draft Request for Proposal, the ultimate Request for Proposal, and any updates thereto will all be posted on FedBizOpps under Solicitation Number FA8750-19-R-0001. All prospective offerors are instructed to continue to routinely monitor and register under Solicitation Number FA8750-19-R-0001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-19-R-0001/listing.html)
- Record
- SN04884710-W 20180412/180410231015-e859fc98dfc68df8bf4c3b03df5ac39e (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 |