Request for Information for Enterprise Ground Services On-boarding Data Package

expired opportunity(Expired)
From: Federal Government(Federal)
22-826

Basic Details

started - 31 Aug, 2022 (19 months ago)

Start Date

31 Aug, 2022 (19 months ago)
due - 17 Oct, 2022 (17 months ago)

Due Date

17 Oct, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
22-826

Identifier

22-826
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698500)DEPT OF THE AIR FORCE (59593)FA8806 BATTLE MNGMNT C3 SSC/BCK (30)
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.

1.0 General Information:Disclaimer:This Request for Information (RFI) is issued solely for information and planning purposes (market research).  This RFI does not constitute a solicitation (Request for Proposal (RFP) or Request for Quotations (RFQ)) or a promise to issue a solicitation in the future.  This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time seeking proposals and will not accept any unsolicited proposals. Respondents are advised that the 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 responding party’s expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Proprietary
information will be safeguarded in accordance with the applicable Government regulations.  Proprietary information or trade secrets shall be clearly identified.Questions relating to RFI should directed exclusively by email to the POCs listed in Section 4.0, Submission details.Companies wishing to respond to this RFI should first contact the POCs listed to have the documents provided and then send responses via electronic mail no later than 17 October 2022 at 4:00 PM Pacific Daylight Time to the POCs listed in Section 4.0.2.0 Description:This RFI is conducted to identify industry feedback on the Enterprise Ground Services (EGS) On-boarding Data Package.  EGS provides a suite of tactical satellite command and control (C2) services to the space enterprise through an open and common platform that efficiently integrates capabilities across missions and enables a resilient enterprise ground architecture. EGS ensures space operators have the needed tools to fight and win a war extending into space by providing the capabilities needed to train and operate as space warfighters. The On-boarding Data Package provides the necessary information to United States Space Force Space Systems Command (SSC) or other system program offices on the background, documentation and system data to initiate the process to utilize EGS services as part of the programs operational space system architecture.  The EGS platform service is a securely configured set of software tools and orchestration applications which enable the cyber-secure hosting of mission applications in a multi-tenant, multi-classification environment.  EGS has implemented an on-premise cloud virtualized infrastructure to consolidate delivery of enterprise C2 services and documented the requirements in the attached EGS cloud technical requirements for cloud service providers.  For example, EGS will provide a full range of C2 services to support mission partners, including but not limited to:  Military Satellite Communications (SATCOM) (e.g., Advanced Extremely High Frequency (AEHF), Military Strategic & Tactical Relay (MILSTAR), Wideband Global SATCOM (WGS), and Defense Satellite Communications System (DSCS) satellites, and Command and Control System-Consolidated (CCS-C) system); Missile Warning (e.g., Space Based Infrared System (SBIRS) and Geosynchronous Non-Integrated Tactical Warning and Attack Assessment Ops Migration to EGS (GNOME) satellites, Future Operationally Resilient Ground Enterprise (FORGE) system); Environmental Monitoring (e.g., Electro-Optical Infrared Weather System (EWS) and Weather System Follow-on - Microwave (WSF-M) satellites); and Position, Navigation, and Timing (Global Positioning System (GPS) Next Generation Operational Control System (OCX)).  EGS is not seeking Industry to provide a technical On-Boarding process for customers of the EGS services, but to allow industry the opportunity to assess the EGS On-Boarding products and the data provided which enables on-boarding. The government requests feedback on how this package of information would support a mission partner in the process to utilize all or selected EGS services and integrate these services with a given space system.  3.0 Information Requested:The Government is requesting responses to the following items/questions from any vendor who is capable of providing space system capabilities that may integrate with/utilize EGS services.  Respondents shall, indicate which portions of its response are Intellectual Property (IP) and mark IP accordingly.  Classified submittals will not be accepted.a. From the perspective of a space system developer, does the EGS On-boarding Data Package provide enough background and scope for a mission partner to initiate the process to integrate with EGS provided services? If not, what additional data would you like to be considered for inclusion?b. Does the On-boarding Data Package provide enough infrastructure data to enable a mission partner to understand the ground services environment the mission partner’s space system would be integrated into?  If not, what additional data would you like to be considered for inclusion?c. Does the On-boarding Data Package provide enough architectural data to enable a mission partner to prepare to support On-Boarding technical exchange meetings (TEMs)? If not, what additional data would you like to be considered for inclusion?d. How does the EGS compliance information in the On-boarding Data Package help or hinder a mission partner’s ability to integrate EGS provided services?  Assess risk and describe any mitigation steps that could be taken with respect to mission partner integration based on the provided compliance data.e. Does the On-boarding Data Package provide adequate interface specification information to enable a mission partner to understand the framework by which to integrate EGS provided services with the mission partner’s space system architecture? At a top programmatic level, assess risk and describe any mitigation steps that could be taken with respect to mission partner integration based on the provided interface specification data.f. Is there additional data a mission partner would need at the start of the On-Boarding process to enable the initial planning for integration of EGS provided services?4.0 Submission Details:Responses shall include a cover page with the following:Email Subject Line: “EGS Notice ID 22-826: Request for Information”Submitter’s Name and Parent Company, if applicableBusiness Address: Street, City, State, and Zip codeCommercial and Government Entity (CAGE) CodeUnique Entity IDCompany socio-economic statusPoint of Contact (i.e., POC, company representative)POC Telephone number and email addressResponses, in entirety, shall be limited to five pages, single-sided. Documents should be formatted in accordance with the following:Single-spaced,One-inch marginsUS letter-size (8.5” x 11”)Use 12-point font (Times New Roman), andBe formatted with Microsoft Word or Adobe Acrobat Reader VersionSubmissions shall not exceed a 5 MB email limit for all items associated with the response. Hard copy responses will not be accepted.  The Government will not accept company literature or marketing materials.All information in response to this RFI that is marked proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable regulations.SSC/EGS has entered into contracts with Federally Funded Research and Development Center (FFRDC) and/or Systems Engineering and Technical Assistance staff working for the Government.  These could include, but are not limited to:  The Aerospace Corporation, MITRE, Tecolote Research, Quantech Services, and Ginisis Group.  These companies support the Government by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to SSC/EGS support contractors for services to SSC. If Respondents disagree to the release of its RFI response to any of the aforementioned firms, the Respondent must clearly state this restriction in the cover letter accompanying the RFI response.Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level; however, provided they are eligible to do business with the US Government they may be eligible to participate at the subcontractor level.  The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.).  Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible.Points of Contact & RFI InstructionsInstructions:Contact the POCs listed below to have the documents provided.Provide feedback to the POCs listed by the due date on the announcement.Submit all responses and inquiries to:Primary Contracting:Capt Goldie J. KnittleGoldie.knittle@spaceforce.milPrimary Technical:Mr. Nikolai MelnikowNikolai.melnikow@spaceforce.milSecondary Technical:Lt Col Nathan TerrazoneNathan.terrazone@spaceforce.mil

CO   USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 518210Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
pscCode DH10IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE