The RFP Database
New business relationships start here

MMPU Software and Crypto Depot Activation


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

DEPARTMENT OF THE AIR FORCE
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
HANSCOM AIR FORCE BASE, MASSACHUSETTS


FROM: AFLCMC/HNAK
202 Burlington Road
Bedford, MA 01730


NOTICE DATE: 23 March 2017


NOTICE TYPE: Request for Information (RFI)


CONTRACTING OFFICE: Department of the Air Force, Air Force Life Cycle Management Center (AFLCMC/HNAK), 202 Burlington Road, Bedford, Massachusetts, 01730


ZIP CODE: 01730


POINTS OF CONTACT:
Melissa Hobley; Phone: 781-271-3853, melissa.hobley@us.af.mil
Daira Rodriguez: 781-271-2006, daira.rodriguez@us.af.mil
Robert Gill: 781-271-5174, robert.gill.12@us.af.mil
William Horrigan: 781-271-2119, william.horrigan@us.af.mil


AIR FORCE LIFE CYCLE MANAGEMENT CENTER (AFLCMC)
REQUEST FOR INFORMATION (RFI)
MINUTEMAN MINIMUM ESSENTIAL EMERGENCY COMMUNICATIONS NETWORK PROGRAM UPGRADE (MMPU)
SOFTWARE AND CRYPTO DEPOT ACTIVATION

1. AFLCMC located at Hanscom AFB, MA requests information from industry to identify qualified, experienced, and interested sources for the activation of a software and crypto depot for MMPU. This RFI is for market research purposes only; this notice shall not be construed as commitment by the Government to issue a competitive sole source award, nor does it restrict the Government to a particular acquisition approach. This notice is not a Request for Quotation (RFQ), a Request for Proposal (RFP), an Invitation for Bid (IFB), or any other commitment by AFLCMC to contract for items within this RFI. The Government will not reimburse any costs associated with responses to this RFI. With regard to industry responses, AFLCMC will not release to any firm, agency, or individual outside of the Government any information marked "PROPRIETARY" without written permission from the respondent. This RFI is limited to United States (US) firms only. Specific operational objectives in include:


a. Depot Standup. The contractor shall provide engineering, logistics and program management support to stand-up a Minuteman Minimum Essential Emergency Communications Network (MEECN) Program Upgrade (MMPU) software sustainment capability at a government software depot, and a government Crypto capability at a government Crypto facility as they require specialized support equipment and knowledge transfer to establish a 100% government organic maintenance/sustainment and integration capability. The Contractor shall appoint a single management focal point for the software and crypto depot activations to accomplish the administrative, managerial, technical, and financial aspects for the PoP. The depot activation Program Manager shall assist the government, through the DMAWG/depot activation process, with refining and implementing the government's plan for activating the organic software and crypto depot capability to ensure a seamless transition from contractor to organic repair and sustainment. The contractor shall provide the government with all data rights required to support full activation and development capability of the government crypto and software organic depot activations, and for repair/sustainment of all hardware (PSE) and software items.


b. Software Depot Activation. The Contractor shall deliver/provide all documentation, drawings, training, software, hardware, PSE/SE, test equipment, Software Depot Maintenance Environment (SDME), and cybersecurity assessment and authorization to fully sustain/maintain the MMPU software at a government software depot facility. Documentation shall include all specifications, reports, procedures, plans, descriptions, and other documents required to allow the software depot to sustain and maintain all MMPU software. The contractor shall provide COTs manuals, depot software maintenance/sustainment manuals, and software/hardware maintenance manuals for the software depot maintenance environment. The contractor shall provide the software depot personnel with the required training materials, and training on MMPU software sustainment/maintenance, and equipment/environments to perform every aspect of software sustainment/maintenance. The contractor shall deliver/install the source files, source code, and build files as part of the deliverable product, install the maintenance environment and supporting equipment/hardware to an operational, error free state to ensure MMPU software will be 100% maintained/sustained by the government software depot. Government organic software sustainment will require a phased approach which will allow the government to assume responsibility for software changes incrementally over a period described by the government. The approach of increasing government responsibility shall be described and proposed by the contractor, but must capture all software depot activation requirements and that which best supports the Software depot activation/stand-up PoP/schedule. The contractor shall also identify required facility improvements and personnel requirements to support the sustainment and maintenance of the MMPU software. The Contractor shall provide support with as-requested visits to the government software depot facility, reach back support, and visits from government software developers to the software developers' facilities.


c. Crypto Depot Activation. The Contractor shall deliver/provide all documentation, drawings, training, software, hardware, KOV-222, KOV-222 piece/parts, PSE/SE, Special test/test equipment, verification/validation station, Encryption/replication station as required, and a Crypto Depot Maintenance Environment (CDME) for depot activation to fully sustain and maintain the KOV-222 at a government Crypto depot facility. Documentation shall include all specifications, reports, procedures, plans, descriptions, and other documents required to allow the Crypto depot to sustain and maintain the kov-222. The contractor shall provide all source code, COTs manuals, and depot crypto maintenance/sustainment manuals, and hardware maintenance manuals for the crypto depot maintenance environment. The contractor shall include in the depot maintenance activation, the fault isolation, removal, and replacement of any sub components that are considered "SRU's" in addition to the KOV-222's CCA's. The contractor shall provide the Crypto depot personnel with the required training materials, and training on equipment/environment to perform KOV-222 Line Replaceable Unit (LRU) troubleshooting, fault detection/fault isolation to the SRU level, repair, acceptance testing (to verify serviceability), battery replacement, sanitization of the failed unit, and initialization and endorsement (I&E) capability which will allow the KOV-222 to be maintained/sustained in a "Serviceable" condition at the government Crypto depot location. The contractor shall also identify required facility improvements and personnel requirements to support the sustainment and maintenance of the KOV-222. The Contractor shall provide support with as-requested visits to the government Crypto depot facility.


2. The anticipated period of performance is a 3 year base from contract award with two 1 year options.


3. Please provide answers to the following questions and identify whether any of the information provided is proprietary; responses will be used in the market research process for this acquisition:


a. Identify whether your entity is a small or large business. Small businesses should specify Small Disadvantaged Business, 8(a), Women-owned Small Business, Historically Underutilized Business (HUB)-Zone Small Business, or Service Disabled Veteran-owned Small Business concern under the North American Industry Classification System (NAICS) code 541512.


b. Please provide company address, Commercial and General Entity (CAGE) code, Data Universal Numbering System (DUNS) Number, and points of contract with name(s), telephone number(s), and email address(es).


c. Describe ability to handle and secure classified material. This should include already approved Security Clearances for facilities and personnel. Also, complete familiarization with the DD-254 Form is required.


4. Submit white paper responses to this RFI in electric format to the undersigned Contracting Officer, Ms. Melissa Hobley, at melissa.hobley@us.af.mil no later than 1300 Eastern Standard on 12 April 2017. Limit white paper responses to a maximum of 10 pages of data (required format: compatible with Microsoft Word 2007 for Windows, 8.5 inch x 11 inch paper, Times New Roman Font, 12 point font, one inch margins, single spaced). An additional 10 pages of information, such as cover sheets, marketing materials, brochures, etc. may be included. The stated requirements within this RFI contain all of the required criteria; AFLCMC will provide no other requirement information and will not grant any submittal extensions to this RFI unless deemed justified by the Contracting Officer. All submitted questions and corresponding answers will be posted to the FBO website. AFLCMC will address question and corresponding answers of a proprietary nature on a case-by-case basis.


5. AFLCMC has appointed an Ombudsman to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101 - Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFLCMC Ombudsman contact information is as follows:


LtCol Kenneth L. Decker, Jr., AFLCMC/AQP
1790 10th Street
Wright Patterson AFB, OH 45433-7630
Telephone (937)255-5512
Email: kenneth.decker.1@us.af.mil


6. Please be advised that all interested parties must be registered in the System for Award Management (SAM) database in order to receive an award. If not registered in the SAM database, interested parties may register on-line at https://www.sam.gov/portal/public/SAM/.


7. Please ensure all materials submitted are properly marked for purposes of identification or proprietary rights. Also, please include a one-page cover letter with the name of a contact person with their job title, phone number, and email address. The cover letter will not count toward the 10 page limitation for the response for the RFI. All correspondences with the undersigned Contracting Officer are requested to be handled in an expedited professional manner.


 


 


MELISSA C. HOBLEY, GS-13, USAF
Contracting Officer
Space, Aerial & Nuclear Networks Division/HNAK


Daira D Rodriguez, Contract Specialist, Phone 7812712006, Email daira.rodriguez@us.af.mil - Melissa C. Hobley, Contract Specialist, Phone 7812713835, Email melissa.hobley@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP