Enterprise Collection Planner (ECP) Prime Integration Support & Services

expired opportunity(Expired)
From: Federal Government(Federal)
FA8527-23RFI-ECP

Basic Details

started - 20 Dec, 2022 (16 months ago)

Start Date

20 Dec, 2022 (16 months ago)
due - 03 Jan, 2023 (15 months ago)

Due Date

03 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
FA8527-23RFI-ECP

Identifier

FA8527-23RFI-ECP
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708492)DEPT OF THE AIR FORCE (60413)AFMC (17421)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4861)BATTLE MANAGEMENT (46)FA8527 AFLCMC HBKB (40)
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.

The Government is conducting market research to identify potential sources that can become the Prime integrator/developer for the Enterprise Collection Planner (ECP).Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.The document(s) below contain a description of the ECP attributes the Government is seeking and a Contractor Capability Survey. The Survey allows Contractors to provide their company’s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient
experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.Questions relative to this market survey should be addressed to the PCO.The Government is only seeking white paper type synopses pertaining to the purpose/description area and information in Part I at this time. After receipt of white paper responses from interested parties, the Government will provide information pertaining to more specific requirements. Interested parties will then be requested to provide additional information based on the specific requirements identified by the Government.As prescribed in 15.209(c), insert the following provision:REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997)(a) The Government does not intend to award a contract based on this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.(c) This solicitation is issued for the purpose of market research.(End of provision)PURPOSE/DESCRIPTIONThe Government is conducting market research to identify potential sources that can become the prime integrator/developer for ECP. This market research shows sellers within the market that can provide prime integrator/developer services for the Enterprise Collection Planner (ECP) follow-on contract.Bottom Line Up Front (BLUF)ECP is Government Owned Software with unlimited data rights that will be available to the awardee upon contract awardList of Known DependenciesSeller 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 yearsSeller shall have and maintain 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 which is authorized to process data at the Secret/NOFORN levelSeller shall have and maintain at beginning of contract award date and persistent for the life of this contract and option years a development environment that has an established connection to the AF DCGS PRIMO TIELINESeller shall have experience with DevOps/DevSecOps pipeline with a preference for employing continuous integration/continuous Deployment (CICD) of software changesList of Technical ExpertiseJava Software Development.Net Framework DevelopmentRed Hat Enterprise LinuxWindows ServerWindows 10/11SQLWeb developmentCyber hardening with tools such as Fortify, ACAS, SCAP Scan, ClaireContainerization with tools such as Docker & RancherAgile Software DevelopmentCloud Computing & S/W developmentAutomated testing development/management with Commercial Tools such as RANOREXAerospace Engineering experience with development of Platforms/Payloads technical modelsDevSecOpsCI/CD ReleaseExpert Knowledge of BAE Systems Multi-Vehicle Management Control System (M2CS) software code base & integration interfacesList of Services to be suppliedThe seller shall provide prime integration engineering services for Secret/NOFORN software to be integrated within AF OA DCGSThe seller shall ensure applicable contractor/subcontractor personnel have security clearance(s) at the TS-SCI level for the proper accomplishment of contract/order requirements. The security clearance(s) shall be obtained following the Department of Defense (DD) Form 254, Department of Defense Contract Security Classification SpecificationThe seller shall provide program management for services of developing/modifying software that will be integrated within the AF OA DCGS weapon systemThe Seller shall ensure the software developed or changed meets the applicable security requirements for Weapon Systems containing information technology systems and associated Controlled InterfacesThe Seller shall implement technical security features and provide supporting documentation (Trusted Facility Manual (TFM)-A024, Security Features User’s Guide (SFUG)-A053) and training to conform to the standards governing security assessment and authorization following ICD 503 Intelligence Community Information Technology Systems Security Risk Management, Certification, and Accreditation, implementing the standards of ICS 500 seriesAll software developed or changed will be done so per cyber security standards that will allow for obtaining/renewing a Certification to Field (CTF) approvalThe seller shall generate and/or revise Technical Order (TO)s for system operations and maintenance that are MilSpec LikeThe 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 trainingThe seller will perform special studies as directed by the Government and supply results in a non-proprietary formatThe seller will deliver all documentation in non-proprietary and editable formats employing supplied AF DCGS templates and specificationsThe seller shall travel, as needed, authorized, and funded, to the Buyer or Product Owner facilities to attend project reviews and meetingsThe seller shall travel to specified OEM and operational sites to conduct TEMs, PWIs, site surveys, installations, tests, formal and informal training support eventsThe seller shall deliver ONLY non-proprietary software & documentation with no restrictions to government owning source codeThe seller shall deliver build instructions & environments that uses 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 PlanDescription of Sustainment Life CycleSustainment post fielding will be done with a combination of OEM support & Organic Sustainment within AF DCGSCONTRACTOR CAPABILITY SURVEYGround Signal Station Support and Services SystemPart I. Business InformationPlease 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:E-mail Address:Web Page URL:Size of business pursuant to North American Industry Classification System (NAICS) Code: 334511Based 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)System for Award Management (SAM) (Yes / No)A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).Responses to the Capability Survey Part I and white papers must be received no later than close of business (18 November 2022). Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following:(PCO: Jessica Pope jessica.pope@us.af.mil> and(PM: Bradley Gregory bradley.gregory.1.ctr@us.af.mil>and(Engineer: Casey Boydston casey.boydston.1.ctr@us.af.mil>Questions relative to this market research should be addressed to the PCO.

CP 478 926 8375 235 BYRON ST BLDG 300 STE 19A  ROBINS AFB , GA 31098-1670  USALocation

Place Of Performance : CP 478 926 8375 235 BYRON ST BLDG 300 STE 19A ROBINS AFB , GA 31098-1670 USA

Country : United StatesState : Georgia

You may also like

Please Sign In to see more like these.

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