SOURCES SOUGHT
99 -- Request For Information - Intelligence Analysis System (INTAS)
- Notice Date
- 11/22/2019 8:28:48 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731 USA
- ZIP Code
- 01731
- Solicitation Number
- RFI-INTASFA8730
- Response Due
- 12/6/2019 2:00:00 PM
- Archive Date
- 12/21/2019
- Point of Contact
- Jason Bergeron, Melissa MacPhail
- E-Mail Address
-
jason.bergeron.3@us.af.mil, melissa.macphail@us.af.mil
(jason.bergeron.3@us.af.mil, melissa.macphail@us.af.mil)
- Description
- FROM: AFLCMC/HBNK11 Eglin Street, Bldg. 1618Hanscom AFB, MA 01731NOTICE DATE: 22 November 2019NOTICE TYPE: Request for Information (RFI)NAICS CODE: 541511CONTRACTING OFFICE: Department of the Air Force, Air Force Life Cycle Management Center (AFLCMC/HBNK), 11 Eglin Street Bldg 1618, Hanscom AFB 01730ZIP CODE: 01730POINTS OF CONTACT: Jason Bergeron; Phone: 781-225-0210, jason.bergeron.3@us.af.milMelissa MacPhail: 781-225-9460, melissa.macphail@us.af.milAIR FORCE LIFE CYCLE MANAGEMENT CENTER (AFLCMC) REQUEST FOR INFORMATION (RFI) INTELLIGENCE ANALYSIS SYSTEM (INTAS) TARGET MODULE UPGRADE (TMU) AFLCMC located at Hanscom AFB, MA requests information from industry to identify qualified, experienced, and interested sources for the Intelligence Analysis System (INTAS) Target Module Upgrade (TMU) contract. This RFI is for market research purposes only; this notice shall not be construed as commitment by the Government to issue either a competitive or a sole source award, nor does it restrict the Government to a particular acquisition approach. This notice is not a Request for Quotation (RFQ), a Request for Proposal (RFP), an Invitation for Bid (IFB), or any other commitment by AFLCMC to contract for items within this RFI. The Government will not reimburse any costs associated with responses to this RFI. With regard to industry responses, AFLCMC will not release to any firm, agency, or individual outside of the Government any information marked "PROPRIETARY" without written permission from the respondent.The Directorate of Reconnaissance and Intelligence Systems (DRIS), Royal Saudi Air Force (RSAF) has surveyed the INTAS requirement to acquire regular hardware and software maintenance as well as new software maintenance, on-site engineering support, Contractor Logistics Support (CLS), a Program Management Review (PMR), custom-developed training and support for travel requirements. Directorate of Air Intelligence (DoAI) is using INTAS software in day-to-day operation. The Contractor shall deliver/provide all documentation, drawings, training, software, hardware, test equipment and verification required for this effort. Documentation shall include all specifications, reports, procedures, plans, descriptions, and other documents required to allow for operation and maintenance of the equipment. The contractor shall provide all Commercial Off-The-Shelf (COTS) manuals. The Contractor shall also identify required facility improvements and personnel requirements to support the sustainment and maintenance of the systems.The Contractor shall provide hardware and software maintenance to existing INTAS hardware and software as well as new software maintenance as required. The current INTAS system provides user access to many types of integrated metadata and spatial data to provide fast and accurate information to decision-makers at critical times. The system assists in the production and management of spatial databases, production of operation overlays, analysis and processing of intelligence information, and spatial linking of this data. The system manages target data, order of battle, standard technical specifications for weapons and military equipment, and intelligence preparation of the operational environment. The system includes the management and integration of intelligence cycle procedures (create requirements, collection, processing, analysis and production of intelligence reports, publishing, dissemination, and recycling "Feedback" after benefiting decision makers). The intelligence database is spatially referenced for a variety of sources and data formats managed through the Geographic Information System (GIS), using three-dimensional terrain models. The system spatial capabilities allow collection of images from multiple sources for standard processing, improvement and interpretation of aerial/satellite reconnaissance images, and providing a three-dimensional display in near-real time. The system includes processing and analysis software for videos produced from multiple video transmission sources (moving, stationary, or unmanned aircraft). The system allows production of video files in near-real time.The Contractor shall provide six (6) on-site INTAS engineers (one (1) Senior Application Engineer and five (5) Junior Application Engineers) during the designated period of performance. The engineers shall be familiar with INTAS and have experience supporting the INTAS project.The Contractor shall provide CLS consisting of a technical / help desk support capability and on-site engineering support that provides existing hardware and software warranty service for INTAS in the RSAF headquarters and RSAF bases.The Contractor shall perform program management to track, manage, and report on the cost, schedule, and performance status of this effort. The Contractor shall use its established program management best practices and policies to establish a program management process for INTAS. The Contractor’s program management process, as well as artifacts which document its internal implementation, shall be documented and listed within the Data Accession List (DAL). The Contractor shall submit a Status Report which includes, but is not limited to, the following:• Overall program and technical status• Detailed description of tasks and items which have been charged to the effort• Tasks completed during the current reporting period• Tasks which started during the current reporting period• Tasks ongoing during the current reporting period• Tasks planned to start in the next reporting period• Tasks planned for completion during the next reporting period• Current risks and risk management status• All watch items which are being tracked by the Contractor as potential future risks• Identification of items previously reported as risks which were realized as issues or closed as mitigated during the current reporting period• Actual and anticipated changes in key personnel assigned to the program• Responses to specific inquiries from the AFLCMC/HBN Program Manager (PM) or PCO during the current reporting period• RSAF Government Furnished Equipment (GFE) or the RSAF Government Furnished Information (GFI) required for program execution• Contractor outgoing letter log• List of AFLCMC/HBN PCO Letters received• Action Item and Status Log from all meetings, conferences, and reviewsThe Contractor shall provide a Train-the-Trainer course to be a minimum of twenty (20) days to include five (5) students. The course will prepare students to train the internal RSAF team as required.The Contractor shall provide all associated travel requirements that are required to execute all the tasks described above.2. The anticipated period of performance is from 1 Apr 2020 through 30 Sep 2020.3. Please provide answers to the following questions and identify whether any of the information provided is proprietary; responses will be used in the market research process for this acquisition:a) Identify whether your entity is a small or large business. Small businesses should specify Small Disadvantaged Business, 8(a), Women-owned Small Business, Historically Underutilized Business (HUB)-Zone Small Business, or Service Disabled Veteran-Owned Small Business concern under the North American Industry Classification System (NAICS) Code 334220.b) Please provide company address, Commercial and General Entity (CAGE) Code, Data Universal Numbering System (DUNS) Number, and points of contact with name(s), telephone number(s) and email address(es).c) Describe ability to handle and secure classified material, if any. This should include already approved Security Clearances for facilities and personnel. Also, complete familiarization with the DD-254 Form is required.Submit white paper responses to this RFI in electric format to Mr. Jason Bergeron (Contracting Officer), at jason.bergeron.3@us.af.mil and CC Ms. Melissa Macphail, at melissa.macphail@us.af.mil no later than 5PM Eastern Standard Time on 06 December 2019. Limit white paper responses to a maximum of 10 pages of data (required format: compatible with Microsoft Word 2007 for Windows, 8.5 inch x 11 inch paper, Times New Roman Font, 12 point font, one inch margins, single spaced). An additional 10 pages of information, such as cover sheets, marketing materials, brochures, etc. may be included. The stated requirements within this RFI contain all of the required criteria; AFLCMC will provide no other requirement information and will not grant any submittal extensions to this RFI unless deemed justified by the Contracting Officer. All submitted questions and corresponding answers will be provided to all applicable sources via email. AFLCMC will address questions and corresponding answers of a proprietary nature on a case-by-case basis.AFLCMC has appointed an Ombudsman to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101 - Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFLCMC Ombudsman contact information is as follows:Lt Col Brian MillerAFLCMC/AQ-AZ937-255-5512brian.miller.15@us.af.milPlease be advised that all interested parties must be registered in the System for Award Management (SAM) database in order to receive an award. If not registered in the SAM database, interested parties may register on-line at https://www.sam.gov/portal/public/SAM/.Please ensure all materials submitted are properly marked for purposes of identification or proprietary rights. Also, please include a one-page cover letter with the name of a contact person with their job title, phone number, and email address. The cover letter will not count toward the 10 page limitation for the response for the RFI. All correspondences with the undersigned Contracting Officer are requested to be handled in an expedited professional manner.MELISSA C. HOBLEY, GS-13, USAFContracting OfficerINTAS Target Module Upgrade
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/31d18f21844347569ded3e97899b6026/view)
- Place of Performance
- Address: SAU
- Country: SAU
- Country: SAU
- Record
- SN05502084-F 20191124/191122230251 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |