MODIFICATION
D -- Lifecycle Management Process Integrated Data Environment (LCMP-IDE) - Rev. RFI
- Notice Date
- 5/10/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8204-18-R-LC01
- Archive Date
- 6/6/2018
- Point of Contact
- James S. Vaughan, Phone: 8015863290
- E-Mail Address
-
james.vaughan.6@us.af.mil
(james.vaughan.6@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Revision removing '2 page max' requirement in Section III. 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought Synopsis is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541511, which has a corresponding Size standard of $27.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Background Sources Sought for Air Force Nuclear Weapons Center Intercontinental Ballistic Missile Systems Directorate (ICBMSD) Program Control Office (PC) continued support of the ICBM Lifecycle Management Process Integrated Data Environment (LCMP-IDE). LCMP-IDE is a cloud-based, CAC enabled software system that provides a detailed chronology of known and forecasted events throughout the lifecycle of the ICBM weapon system while tracking/supporting program management processes across acquisition, modernization and sustainment phases. The LCMP-IDE database is necessary for synergizing software development modules across DoD weapon systems; it is vital that the Contractor is able to coordinate with the fourteen other weapon systems that have implemented LCMP-IDE and leverage their established modules into ICBM LCMP-IDE capabilities without new development requirements. Tasks shall include, but are not limited to, LCMP-IDE software development and technical support, LCMP-IDE system administration and training, and Integrated Master Schedule (IMS) development and sustainment. The requirement will be in accordance with the Performance Work Statement (PWS). Additionally, the Contractor must demonstrate: (a) Extensive knowledge of ICBM system and subsystem principles and practices. (b) Knowledge of DoD, USAF, and ICBMSD acquisition processes/policies. (c) Experience with the Defense Acquisition System and the Defense Acquisition Guidebook. (d) Capability to coordinate with other weapon systems using LCMP and implement their established modules into ICBM capabilities without new development requirements. (e) Ability to evaluate, design, and recommend LCMP-IDE modifications for future software modules. (f) Expertise in software integration to create LCMP-IDE interfaces with existing DoD databases. (g) Skill in Microsoft SharePoint platform,.NET framework C+ program language, Microsoft SQL Server, Adobe Flex, Microsoft Windows Server, Microsoft IIS, and Microsoft Office Suite. (h) Experience with cloud-based certification and accreditation (C&A) requirements and DoD Risk Management Framework (RMF) standards. (i) Capability to create a software development and testing infrastructure. The Contractor must be able to obtain and maintain a SECRET security clearance and coordinate on Non-Disclosure Agreements as is necessitated by this contract. All data from work performed shall be the property of the Government. Contract work shall be performed at Government site unless otherwise noted or agreed to. "Firewall" type agreements may be required on a case-by-case basis of the personnel/companies supporting the above work in order to avoid organizational conflicts of interest in future endeavors. For example, a company reasonably expecting to provide hardware or software components for the ICBM system in the future will need to specifically address how they intend to avoid future Organizational Conflict of Interest issues in supporting these efforts. 3. Proposed Period of Performance: 3.1 It is anticipated that the PoP will be one Base year from date of award, plus four one-year options, plus an optional six-month extension. Request interested companies to provide feedback on the anticipated period of performance to determine feasibility and reasonability. 4. Contractor Information 4.1 Contractors that are interested may provide a succinct response addressing the below areas: Preface: Company Information Section I: Relevant Experience Section II: Capability Section III: Contract and Acquisition Strategy Preface: Company Information Please provide a cover sheet with the following information: Company Information Company Name: Designated Point of Contact: Name: Title: Email: Phone: Mailing Address: Business Type/Size: CAGE code: DUNS number: Facility Security Clearance: Table 1: Company Information Template Section I: Relevant Experience Please provide concise answers directly addressing each element of the questions below. Also include any prior contract number and project name that may be similar to this requirement. 1. Does your company have experience with LCMP-IDE? If so, please detail experience and scope of past experience. If your company does not have specific experience with LCMP-IDE, please explain how other relevant experience can fulfill the requirement. (1 Page) 2. What is your company's capability/experience in managing software development projects? Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis, and cost management. (1 Page) 3. What is your company's experience in developing software-based financial decision support tools, a weapon system IMS, contract/ acquisition process tools, and collaborative design allowing adoption across multiple agencies? Describe your company's familiarization with United States Air Force (USAF) standard financial management processes. (1 Page) 4. Companies potentially competing for this requirement must have the knowledge and capability to research and analyze current code to understand the overarching system and architecture based on supporting documentation. What is your company's strategy to continue software design, development, sustainment, and enhancement capabilities while acquiring competence in the system's design and functionality? (1 Page) 5. There are currently approximately 9,000 total active users across the LCMP community, and approximately 1,000 active users specific to the ICBMSD instance LCMP-IDE, extended across multiple organizations. What is your company's experience in supporting a software program that is used throughout the DoD? (1 Page) 6. Does your company possess the software development and testing infrastructure required to support continued development of LCMP-IDE? If so, how would your company ensure that the LCMP modifications currently in development are delivered fully functional while adhering to the current schedule? (1 Page) 7. How would your company retain the current ability to leverage software modules developed by other weapon systems without new development requirements? Currently, the 13 other weapon systems utilizing LCMP-IDE receive support from the company that designed the system, which allows for simple cross-leveraging. (1 Page) 8. What is your company's experience working with DISA and Risk Management Framework (RMF) Information Impact Level 4 (or higher) software systems in a FEDRAMP approved, cloud-based environment? Does your company currently possess a Government provided Authority to Operate (ATO) for a FEDRAMP approved cloud-based environment? (1 Page) 9. What is your company's software development experience with web-based applications using Microsoft SQL Server,.NET framework, Adobe Flex, Microsoft IIS, and Microsoft Windows Server? (1 Page) 10. What is your company's experience in integrating a FEDRAMP approved, cloud-based Information System with a DISA approved cloud Cyber Security Service Provider (CSSP)? (1 Page) 11. What is your company's experience in integrating a FEDRAMP approved, cloud-based Information System with DISA's Cloud Access Point (CAP)? (1 Page) 12. If you plan to subcontract, what percentage and portion of the PWS will you subcontract and with whom? (1 Page) 13. Is your company able to provide at least one full-time, on-site employee located at Hill AFB, Utah, for the System Administrator/Subject Matter Expert position specified in the PWS? If so, what is you plan for providing on-site support when the employee is on Paid Time Off (PTO), or during extended leave of absences? (1 Page) Section II: Capability 1. What are any concerns/risks that you have with the requirements in the PWS? How would you recommend the government mitigate these concerns? (1 Page) 2. What type of contract structure would your company recommend for this effort, and why would it be in the best interest of the Government and the Contractor? (1 Page) 3. Please provide a Rough Order Magnitude (ROM) of the projected total cost of the effort for both the base and option contract periods as outlined in Section I, and the PWS. 4. At this time, the government intends to post this requirement under North American Industrial Classification System (NAICS) Custom Computer Programming Services(541511). Please provide other recommended NAICS codes that would be appropriate with an explanation. 5. Finally, provide any recommendations, questions and/or concerns in regards to the Draft PWS. (Use attached Comment Resolution Matrix) Section III: Contract and Acquisition Strategy 1. Contract Type 1.1 The Government anticipates a Cost Plus Fixed Fee (CPFF) arrangement for this effort. 2. Response Format 2.1 Interested parties are requested to respond with a white paper in the following format: • Microsoft Word for Office 2010 (or newer) compatible • 1-inch margins • 12 point font, or larger • Respondents should submit answers to the questions pertained in Sections I, and II • Respondents should submit questions and comments regarding the attached PWS with the attached Comment Resolution Matrix. 3. Submission Instructions and Deadline 3.1 Responses are requested no later than 22 May 2018 at 1600 Mountain Standard Time (MST). Responses shall be submitted via email to the Contract Officer, James S. Vaughan, at james.vaughan.6@us.af.mil. 4. Questions 4.1 Questions regarding this announcement shall be submitted via email to the Contract Officer, James S. Vaughan, at james.vaughan.6@us.af.mil. Government responses to questions will be posted to the Federal Business Opportunities (FBO) website. 5. Disclaimer 5.1 This Sources Sought Synopsis does not constitute a solicitation for proposals or any obligation on behalf of the government. Vendors that do not respond to this Sources Sought Synopsis can and will be allowed to attend any Industry Days that may be held and respond to the future Financial Management/Cost Management/Acquisition Oversite/Long Range Planning Processes & Battle Rhythm Request For Proposal (RFP). The responses to this Sources Sought are not an offer and cannot be accepted by the government to form a binding contract. No contract award will be made on the basis of this Sources Sought. The government will not pay for any information received in response to this Sources Sought, nor will the government compensate any respondent for any cost incurred in developing the information. Vendor participation is not a promise of future business with the government. Any information provided in response to this Sources Sought will be used for informational purposes only and will not be returned. All proprietary information should be clearly marked as such. All information submitted by respondents to this Sources Sought, including appropriately marked proprietary information, will be safeguarded and protected from unauthorized disclosure. All personnel reviewing the Sources Sought information have been briefed regarding Non-disclosure and Organizational Conflict of Interest (OCI) issues. This information is for market research purposes and should not include contractor methodologies, technical approaches, or any other information that may be considered trade secret or information that is only used at the time of final contract proposal. Sources Sought information will not be posted, but possible future Sources Soughts may be issued if there are more questions that stem from the responses received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8204-18-R-LC01/listing.html)
- Place of Performance
- Address: TBD, Hill Air Force Base, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN04917814-W 20180512/180510230524-ecad393cd99d9c29dfd6eb7c5fe2da5e (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 |