SOURCES SOUGHT
R -- Enterprise Collection Planner (ECP)
- Notice Date
- 6/16/2025 8:04:17 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA8527 AFLCMC C3IAK ROBINS AFB GA 31098-2122 USA
- ZIP Code
- 31098-2122
- Solicitation Number
- FA8527-25-R-RFI05
- Response Due
- 6/23/2025 2:00:00 PM
- Archive Date
- 07/08/2025
- Point of Contact
- ShaNellda Harris, Mathew McGhee
- E-Mail Address
-
shanellda.harris@us.af.mil, mathew.mcghee.3@us.af.mil
(shanellda.harris@us.af.mil, mathew.mcghee.3@us.af.mil)
- Description
- The government is conducting market research to identify potential sources that can become the prime integrator/developer for Enterprise Collection Planner (ECP). This market research shows sellers within the market that can provide prime integrator/developer services for the ECP follow-on contract. List of known dependencies Seller shall have and maintain accreditation of a development lab that can be utilized to complete work on Secret/NOFORN software starting no later than the date of contract award and being persistent for the life of the contract and option years. Seller shall have and maintain an Authorization to Operate (ATO) a Federal Information System (FIS) from contract award date and remaining persistent for the life of the contract and option years. Seller shall have and maintain at beginning of contract award date and persistent for the life of the contract and option years a development environment that has an established connection to the AF DCGS PRIMO TIELINE Seller shall have experience with DevOps/DevSecOps pipeline with a preference for employing continuous integration/continuous deployment (CID) of software changes List of technical expertise Java software development .NET framework development Windows Server Windows 10/11 MySQL Web development Cyber hardening with tools such as Fortify, ACAS, SCAP, Scan, Claire Containerization with tools such as Docker and Rancher Agile software development Cloud Computing and S/W development Automated testing development/management with Commercial tools such as RANOREX Aerospace Engineering experience with development of Platforms/Payloads technical models DevSecOps CI/CD release Expert knowledge of BAE Systems Multi-Vehicle Management Control System (M2CS) software code base & integration interfaces List of services to be supplied The seller shall provide prime integration engineering services for Secret/NOFORN software to be integrated within AF OA DCGS The seller shall ensure applicable contractor/subcontractor personnel have security clearance(s) at the TS-SCI level for proper accomplishment of contract/order requirements. The security clearance(s) shall be obtained following Department of Defense (DD) Form 254, Department of Defense Contract Security Classification Specification The seller shall provide program management for services of developing/modifying software that will be integrated within the AF OA DCGS weapon system The seller shall ensure the software developed or changed meets the applicable security requirements for Weapon Systems containing information technology systems and associated Controlled Interfaces All software developed or changed will be done so per cyber security standards that will allow for obtaining/renewing a Certification to Field (CTF) approval The seller shall generate and/or revise Technical Orders (TO) for system operations and maintenance that are MilSpec like The seller will maintain strict adherence to policies within the DoD and AF DCGS for utilization of Open-Source Software (OSS) and Commercial off the Shelf (COTS) products that ensure before said items reach end of life (EOL)/end of service (EOS) The seller shall create and manage training documentation and supplemental material that will be used to perform in-person site-based training The seller will perform special studies as directed by the government and supply results in a non-proprietary format The seller will deliver all documentation in non-proprietary and editable formats employing supplied AFDCGS templated and specifications The seller shall travel, as needed, authorized, and funded, to the buyer or product owner facilities to attend project reviews and meetings The seller shall travel to specified OEM and operational sites to conduct TEMs, PWIs, site surveys, installations, tests, formal and informal training support events Any proprietary software shall be clearly identified as such and seller�s rights fully articulated to government The seller shall deliver build instructions & environments that use standard industry tools that are deployable to a classified federal information system (FIS) The seller shall provide the required security related documentation including a System security plan Contractor Capability Survey Ground Signal Station Support and Services System Part 1. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners� Company/institute name Address Point of Contact CAGE code Phone number Email address Web page URL Size of business pursuant to North American Industry Classification System (NAICS) code 541511 Based on the above NAICS code, state whether your company is: Small business (yes/no) Woman Owned small business (yes/no) Small Disadvantaged business (yes/no) 8(a) certified (yes/no) HUBZone certified (yes/no) Veteran Owned small business (yes/no) Service Disabled veteran small business (yes/no) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate country of ownership) Responses to the Capability Survey Part I and white papers must be received no later than close of business (23 June). Please ensure data Is in a readable electronic format that can be received through a firewall, Attachments shall not exceed 10Mb per email. Multiple emails are acceptable. Responses must be sent via email to the following: PCO: ShaNellda Harris and PM: Bradley Gregory and Engineer: Frank Rowe Questions related to this market research should be addressed to the PCO.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e59d90310e49404d8fd1b398e7f1c43a/view)
- Place of Performance
- Address: San Diego, CA 92127, USA
- Zip Code: 92127
- Country: USA
- Zip Code: 92127
- Record
- SN07479516-F 20250618/250616230051 (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 |