The RFP Database
New business relationships start here

Application Store


Massachusetts, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

  

1.      DESCRIPTION

The AF Life Cycle Management Center / Cyber Solution Cell (AFLCMC / HNCYC) is surveying the commercial and non-developmental item vendor community for all interested parties in a proposed requirement in support of the CVA\H System Program Office (SPO) seeking information on how an interested contractor could provide an application store to support operation missions. 

2.  THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the United States Air Force (USAF) is not at this time seeking proposals and will not accept unsolicited proposals.  Respondees 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 the Federal Business Opportunities (FedBizOpps) website.  It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

3.  The following are the requirements that a vendor should consider when submitting a solution:

 3.1   How to Respond

This is not a solicitation but a Source Sought Synopsis for market research purposes only. The Government is not entertaining questions at this time.  Do not include any sensitive unclassified or classified information in the responses.  If sensitive unclassified (For Official Use Only) information is included in the response, it must be encrypted if sent electronically. 

 3.2 All respondents are requested to submit a capability statement (no more than 10 pages) that includes the following information:

 3.3 Propose commercial or non-developmental items that meet the attached requirements.

•·     Inform the Government if the stated requirement is on a pre-priced contract (GSA, NETCENTS, or ESI).

•·     Provide hardware/software compatibility list for proposed commercial or non-development items.

•·     Provide a rough order of magnitude (ROM) costs for the solutions and professional services include but not limited to:

•o  Requirements identified in the attached documents

•·     Inform the Government of the business size standard particular to the proposed North American Industry Classification System (NAICS).

•·     Provide feedback on the proposed NAICS code.

•·     Please submit (email) the requested information to: aflcmc.hnck.workflow.1@us.af.mil.

 

3.4 Section 1 shall provide administrative information, and shall include the following as a minimum: 

•·            Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.

•·            Recommended contracting strategy.

•·            Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services.  "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than  ____[fill-in]____ million dollars in annual receipts.  Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years.  Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52.  Respondees are cautioned, however, that this is a general description only.  Additional standards and conditions apply.  Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards.

•·            The facility security clearance of the offeror.

•·            Specify technical data / software Government Purpose Rights (GPR) are available or licensing model of the offeror's capability.

•·            The number of pages in Section 1 of the white paper shall not be included in the 05 page limitation, i.e., the 10 page limitation applies only to Section 2 of the white paper.

 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages.

 4.  RFI Points of Contact: 

Primary Point of Contact: Irma Studivant, Contract Specialist

Secondary Point of Contact: Tommy G. Leos, Contracting Officer

Email: aflcmc.hnck.workflow.1@us.af.mil

 

5.  Place of Contract Performance:

          Lackland AFB

San Antonio, Texas 78243

United States


6.  OBJECTIVES

Non-Functional Requirements

•1.      The solution shall provide a secure connection between all endpoints.

•2.      The solution shall provide file integrity checking, prevention, and notification.

•3.      The solution should be available 95% - 99% of the year.

•4.      The solution shall provide automated synchronization between sites at the same classification level.

H/W (Implementation) Requirements

•1.      The solution shall be accessible by any user from a classified and unclassified network.

•2.      The solution should provide a response time for repository use.

•3.      The solution shall provide at least 10TB with room for growth.

•4.      The solution shall provide a system to backup data and tools maintaining them for 5 years with expansion potential.

S/W Requirements

•1.      The solution shall provide multiple user roles to manage access control and functionality.

•2.      The solution shall provide a means for Capability Managers to manage content.

•3.      The solution shall have a web-based Graphical User Interface (GUI) front end that will allow operators to access store front.

•4.      The solution shall have a registration page for users to be added to the system.

•5.      The solution shall have a password change page to allow users to change a password.

•6.      The solution shall incorporate a welcome page with side bar to App Store, version control, and license management.

•7.      The solution shall provide a collaborative project management capability that is compatible with JCTM.

•8.      The solution shall provide the ability to restore to the "last known good" version of S/W.

•9.      The solution shall have sort functionality for search results.

•10.  The solution shall have a search and filter functionality so that products can be searched and filtered.

•11.  The solution shall have a page that allows admin to view all pending publish results.

•12.  The solution shall allow administrator ability to maintain a tool summary.

•13.  The solution shall have the newest version of a tool or script and the last known good or stable version should be retained by the server.

•14.  The solution shall provide a wiki site for documentation

•15.  The solution shall enable an administrator to publish a tool for availability to all users

•16.  The solution shall maintain documentation on the tools, scripts, and frameworks to provide operators with instructions.

•17.  The solution shall provide a version control and collaboration system to manage, track, change, fork, and retire scripts.

•18.  The solution shall have at least three major version repositories (dev code, test code, release code).

•19.  The solution shall support a minimum of the following code languages:  Perl, C and C++, Objective C, Java, PowerShell, Cobol, Visual Basic, C Sharp, Ruby, PHP, SQL, Python, JavaScript, and Bash.

•20.  The solution shall provide CLI.

•21.  The solution shall provide GUI.

•22.  The solution shall allow administrator to review publishing requests so only approved S/W is published.

•23.  The solution shall provide administrative page

•24.  The solution shall implement upload functionality for the product upload page

•25.  The solution shall enable operators to download individual tools, tool suite, and/or mass groupings in frameworks.

•26.  The solution shall support S/W containers for weapon system capabilities.

•27.  The solution shall allow manager to track usage metrics.

•28.  The solution shall allow manager to view predefined reports, predefined reports by tag, predefined dashboards, predefined dashboard tags.

•29.  The solution shall allow administrator to add new licenses to a product to maintain inventory.

•30.  The solution shall allow the operator to check-in licenses and check-out licenses.

•31.  The solution shall allow the administrator/manager to track various types of licenses, to accurately reflect license availability.

•32.  The solution shall allow administrator/manager/operators to be notified about overdue licenses.

•33.  The solution shall allow administrator/operator the ability to renew/extend licenses.

•34.  The solution shall support the capability for licenses to be updated/removed.

•35.  The solution shall have the check-in of licensed S/W handled by policy and manual admin input.

•36.  The solution shall enable operators to view a list of checked out licenses/license keys.


Irma Studivant, Contract Specialist, Phone 210-395-1010, Email irma.studivant@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP