FIELD SITE SUPPORT FOR GARDEM 2 OPERATIONAL CAPABILITIES

expired opportunity(Expired)
From: Federal Government(Federal)
FA875023R0501

Basic Details

started - 06 Jan, 2023 (15 months ago)

Start Date

06 Jan, 2023 (15 months ago)
due - 06 Feb, 2023 (14 months ago)

Due Date

06 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
FA875023R0501

Identifier

FA875023R0501
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708219)DEPT OF THE AIR FORCE (60380)AFMC (17421)AIR FORCE RESEARCH LABORATORY (2515)FA8750 AFRL RIK (616)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1. ACTION CODE: Request for Information (RFI)2. SOLICITATION NUMBER : FA8750-23-R-05013. TITLE/SUBJECT: FIELD SITE SUPPORT FOR GARDEM 2 OPERATIONAL CAPABILITIES4. CLASSIFICATION CODE : R4995. NAICS CODE: 5415116. IS THIS A RECOVERY AND REINVESTMENT ACT ACTION? No7. POSTING DATE: 06 JAN 2023 RESPONSE DATE: 06 FEB 2023 8. POINT OF CONTACT.Contracting:Maryna GenaContracting OfficerAFRL/RIKF(315) 330-2346Maryna.Gena@us.af.milFrances KarasContract SpecialistAFRL/RIKF(315) 330-2504Frances.Karas@us.af.mil Technical:Dawn MazzaAFRL/RIEBB(315) 832-2050Dawn.mazza@us.af.mil 9. DESCRIPTION This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. Responses to this RFI
may be used for market research purposes (e.g. to determine responsibility of potential offerors) and/or a possible small business set-aside determination. Both large business (LB) and small business (SB) entities are invited to respond to this RFI. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on sam.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.Submission of a response is voluntary. Respondents are advised that AFRL is under no obligation to provide feedback with respect to any information submitted under this RFI.The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI), has a requirement for Field Site Representatives (FSRs) to perform, enhancement, integration, testing, demonstration, accreditation, deployment and maintenance of innovative technologies and concepts in support for Global Application Research, Development, Engineering and Maintenance (GARDEM) 2 supported software capabilities worldwide. GARDEM 2 provides Air Force, Department of Defense, Intelligence Community (IC) and other Federal Agencies with a software toolkit that provides a toolset for data access, integration and curation, application hosting, and includes applications and capabilities such as report authoring and generation, workflow, query/search, visualization, dashboards, storage and scheduler. The flexible toolset architecture provides access to multiple data sources, data mining, information fusion, and collaboration tools that support activity prediction and customer unique capabilities.This effort is for FSRs that will perform CONUS and OCONUS locations for deployed on-site and reachback support for customers worldwide and include on-site specific capabilities to be supported and enhanced along with the above mentioned capabilities. This effort includes flexible and dynamic support for contingency operations as real-world events dictate. FSR support includes systems and software 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 at the local level. 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. Assessment and Authorization of the capabilities specific to the supported organization will be required to install supported applications on a variety of military networks. Installation support will be needed to install the GARDEM toolset software and hardware, and train users at multiple sites throughout the world. 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.Anticipated contract type - cost-plus-fixed-fee. Anticipated period of performance - sixty (60) months. Taking into consideration real world events constantly changing and unfolding, we presently contemplate the maximum order amount to be approximately $99,000,000.00.Security Clearances: Taking into consideration real world events constantly changing and unfolding, we presently contemplate an estimated twelve (12) Full Time Equivalents (FTEs) with Top Secret/Special Compartmented Information (TS/SCI) access are required to perform the tasking under this contract immediately upon award. One hundred forty-one (141) days after award an estimated nine (9) additional FTEs with TS/SCI and an estimated two (2) FTEs with Secret access are required. These estimates are in addition to any unclassified positions that may be proposed. TS safeguarding capability will also be required.No foreign participation is allowed.A technical library relating to the subject area of this acquisition is available for review by potential offerors via DOD SAFE only. Interested vendors may request a DOD SAFE Drop-Off of the technical library by contacting Dawn Mazza, 315-832-2050, e-mail: Dawn.Mazza@us.af.mil. A DOD SAFE drop-off will be sent to interested parties every Monday morning until the RFI closes. Only one recipient per company will be allowed to receive the drop-off. The library contains technical data subject to export control. Prior to review, potential offerors must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement" (may be obtained at https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf with instructions at Https://www.dla.mil/Portals/104/Documents/J3LogisticOperations/FIC/JCP/J3_DDForm2345Instructions(Oct2022)_221005.pdf?ver=dLEK75KpKWRfj3e5wMI8BQ%3D%3D ) along with a Memorandum of Agreement (MOA) from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library. This MOA will be provided by Dawn Mazza upon request to access this technical library. The form and MOA request along with the email address of the recipient can be emailed to: Dawn.Mazza@us.af.mil, at the time request for files is requested.For further information on Certified Contractor Access List (CCAL), contact the Defense Logistics Agency at 1-877-352-2255 or on the web at https://www.dla.mil/Logistics-Operations/Services/JCP/. It is the sole responsibility of the contractor 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. Responses to this RFI may be used for market research purposes and possible small business set-aside determination. Both large and small business organizations are invited to respond by email in a document not exceeding 15 pages. Microsoft Word or PDF files are preferred. If the file size exceeds 10MB, please utilize the Department of Defense Safe Access File Exchange (SAFE) site at https://safe.apps.mil/ and follow up with an email stating a submission has been sent. Please respond to the following items below, referencing the question number with each response:Describe your organization’s ability to meet the technical requirements in the draft PWD (attached). Please do not simply restate the technical requirements in your response. Be sure to:Provide sufficient information and references to describe the majority level of knowledge and/or experience in each of the organizations listed in the PWD mission set and potential capabilities they may use. This includes knowledge and/or experience of computer software systems in the following areas:Agile software development and project management practicesPlatform As A Service (PAAS) employmentData As A Service (DaaS)DoD Authorization and Assessment (A&A) proceduresWorkflow for military intelligence and operations reportingMulti-source, Multi-Intelligence (Multi-INT) disparate data fusionMilitary intelligence production and disseminationData exploitation including trend and pattern detectionData visualizationData integration and curationSemantic search and faceted data navigationData analysisDatabase schema manipulationDatabase replicationUser and maintenance trainingDeployments in operational military environmentsCloud Based Deployment and HostingHelp desk activitiesInclude a brief description of your organization’s quality control, risk management, and safety practices as they would be applied to this service.Describe the experience and qualifications of personnel and other organizational resources that would be used to meet the technical requirements. Provide information describing the level of knowledge and capabilities in the ISR domain. Address the availability of personnel with security clearances, to include TS/SCI and Secret/Collateral and how your organization proposes fulfilling the remaining positions within the required time frames indicated above.Identify up to three (3) previous or ongoing contracts / programs / efforts with Government, commercial, academic, or other customers performed within the last five (5) years which are relevant to the technical requirements. Include a brief description of the work, an explanation of its relevance to the technical requirements, and the performance period, value, and current customer points of contact.Indicate any factors concerning your organization’s ability to perform the technical requirements. Indicate if your organization intends to submit a proposal in the event that a RFP is issued for the attached technical requirements. Indicate whether your company is a foreign-owned/foreign-controlled firm and if you contemplate the use of foreign national employees on this effort.Responses should identify any current or potential future regulatory and / or security concerns which could impact your company’s ability to perform on the upcoming effort.Indicate if your organization belongs to any GWACs. If so, please list them.Confirm that your organization’s business systems currently are adequate for performing a cost-type task order.Identify any areas which likely would require subcontracting or a teaming arrangement. Also state if it would be necessary to subcontract or team with another prime contractor on the same contracting vehicle.Address how your organization would meet the requirement of FAR 52.219-14 “Limitations on Subcontracting,” whereby at least 50% of the cost of contract performance incurred for personnel must be expended for employees of the prime Contractor.Questions concerning this RFI may be directed to the Contract Specialist, Frances Karas at 315-330-2504, frances.karas@us.af.mil and the Contracting Officer, Maryna Gena at 315-330-2346, Maryna.Gena@us.af.mil, Technical questions should be directed to Dawn Mazza at 315-832-2050, dawn.mazza@us.a.fmil.Responses: All responses shall be submitted via e-mail to frances.karas@us.af.mil, maryna.gena@us.af.mil and dawn.mazza@us.af.mil by 3 PM (EST) 06 FEBRUARY 2023. Attachment – Draft Performance Work Description (PWD) titled “FIELD SITE SUPPORT FOR GARDEM 2 OPERATIONAL CAPABILITIES.”PLEASE SEE ADDITIONAL PWD ATTACHMENT

CP  315 330 7298 26 ELECTRONIC PKWY BLDG 106 RM E125  ROME , NY 13441-4514  USALocation

Place Of Performance : CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106 RM E125 ROME , NY 13441-4514 USA

Country : United StatesState : New York

You may also like

OPERATIONAL VIDEO CAPABILITY SUPPORT FOR TSD.

Due: 24 Sep, 2026 (in about 2 years)Agency: U.S. SECRET SERVICE

FUNDING IS PROVIDED FOR ERAM SUSTAINMENT 2 AND ERAM SUSTAINMENT 3 PROGRAM MANAGEMENT SUPPORT.

Due: 30 Sep, 2026 (in about 2 years)Agency: FEDERAL AVIATION ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541511Custom Computer Programming Services
pscCode R499Other Professional Services