The RFP Database
New business relationships start here

United States National Data Center Operations Support and Studies II (US NDC OSS II) Services


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

 

RFP/Solicitation FA7022-19-R-0001 with attachments was posted on 25 October 2018.  Proposal response date is specified on SF33 Block 9.  All questions and responses shall be submitted in accordance with the RFP/Solicitation Section L - Instructions, Conditions, and Notices to Offerors. 

Please note - The Government does not guarantee that questions received after 7 Dec 2018 will be answered.


1. NOTICE: This is a synopsis for a full and open competitive services acquisition as required by FAR Part 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THE FEDBIZOPPS WEBSITE. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Additionally, no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.


1.1 The Acquisition Management and Integration Center (AMIC) Det 2/PKA (Patrick Air Force Base), Florida, Contracting Office in support of the Air Force Technical Applications Center (AFTAC) has been tasked to solicit for and award a project for the United States National Data Center (US NDC) Operations Support and Studies II (OSS). The contractor shall provide support to the US NDC for AFTAC in the areas of maintenance, sustainment, configuration management, database and system administration, development, testing and integration of geophysical data processing software, hardware, and geophysical data from both traditional and non-traditional sources into the US NDC system that includes the operational subsystem, alternate subsystem, training subsystem, sustainment/development subsystem, and special purpose/special access subsystems. Additionally, the US NDC OSS II effort will include conducting studies focused on improving and developing the US NDC tools and methodologies for data collection, data analysis, event detection, event association, event location, event magnitude/yield estimation, event classification, seismic signatures repository, and advanced geophysical data processing needed to meet treaty-monitoring and national needs. Support includes:


1.2 Sustaining a software and hardware architecture to include complete configuration management, which will provide the platform for future system growth and enhancements. The functionality shall maintain and enhance existing data acquisition, detection, association, location, magnitude/yield estimation, event identification, event reporting, data distribution, and data archiving capabilities to meet current and future treaty monitoring needs as specified in the US NDC System Requirements Document (SRD). (2) Integration of 3rd party efforts: The Department of Energy (DoE) and Air Force labs, as well as various government contractors are involved in numerous areas of US NDC development. Some examples are: portions of the knowledge base, event classification methodology, and Geographical Information System (GIS). It will be the contractor's responsibility to team with these AFTAC partners and integrate their products. (3) Integration of hardware, COTS/GOTS software and calibration information, and contractor-developed software into the US NDC system. In order to separate the US NDC mission from the risk of contract gaps, AFTAC has established a US NDC technical team. For most tasks, the contractor works as an integrated part of the US NDC technical team. (4) Supporting the integration of and transition of the modernized US NDC software being developed by Sandia National Laboratories under the auspices of DoE. (5) Providing 24x7 on call support to insure 99% operational availability rate. (6) Participate as a key member of the US NDC Change Management Board (CMB) to insure the US NDC will continue to meet the operational availability requirements. The CMB oversees the US NDC Change Request (CR) process and prioritizes O&M work which includes but is not limited to software bug fixes and minor enhancements, adding new stations to data acquisition and both station and network processing. (7) Studies - (a) Conduct engineering/scientific studies to help optimize/tune detection, association, location, magnitude/yield estimation and event classification to meet current and future treaty monitoring needs. (b) Conduct engineering and IT infrastructure studies (e.g., hardware, software, databases) to help improve overall system performance and help reduce maintenance costs and manpower needs.


1.3 SECURITY REQUIREMENT: Contractor personnel will be required to have a valid Top Secret Clearance for accessing secured areas. Personnel accessing secured areas in performance of this contract shall have top secret clearance no later than the first day of contract performance.

1.4 This acquisition will be conducted on an unrestricted basis, without set-aside. The applicable North American Industry Classification System (NAICS) code is 541511 Custom Computer Programming Services and the size standard is $27.5M. The RFP will be available electronically on the FedBizOpps website only. The RFP release date is subject to change, but is anticipated to on or about 6 Nov 2018. Interested parties are encouraged to monitor all postings. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for Sep 2019.


1.5 DRAFT SOLICITATION: A DRAFT RFP, Attachments, and Exhibit are provided as part of this Pre-Solicitation Notice to promote exchanges of information about the acquisition, exchange of information among industry and the Government to identify and resolve concerns regarding the acquisition strategy, including proposed contract type, terms and conditions, and acquisition planning schedules; the feasibility of the requirement, including performance requirements, performance work statements, and data requirements; the suitability of the proposal instructions and evaluation criteria, including the approach for assessing past performance information; the availability of reference documents; and any other industry concerns or questions.


Questions regarding this notice may be submitted in writing by email to Ms. Amy Burke at amy.burke.2@us.af.mil and Mr. Jody Desormeaux at jody.desormeaux.1@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 24 Oct 2018 will be answered.

1.6 Potential contractors must be registered in the System for Award Management to be eligible for award (see https://www.sam.gov/portal/SAM/#1). It is mandatory to obtain a DUNS number prior to registering in SAM by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUB Zone firm, a Veteran-Owned Small Business Concern (VOSB), a Service-Disabled Veteran-Owned Small Business Concern (SDVOSB), a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above.

2. PROGRAM DETAILS:
2.1 PREVIOUS CONTRACT/PROGRAM BACKGROUND: This is a follow-on requirement to the US NDC OSS contract, FA7022-15-C-0006, awaded to Leidos. This current operational support contract provides services to the Nuclear Treaty Monitoring Directorate of AFTAC from FY 2015 through FY 2020 (anticipated to end 31 Oct 2019).


2.2 An Indefinite Delivery, Indefinite Quantity (IDIQ) contract is contemplated with an ordering period of six (6) years. The Government anticipates the use of a Cost plus Fix Fee (CPFF) for all Operations and Maintenance (O&M) labor, Research and Development (R&D) labor, and Phase-Out CLINs, a Cost-Reimbursement (COST) CLIN for travel and a Not-Separately-Priced (NSP) CLIN for Data Deliverables.


2.3 The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman is applicable.
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Thompson St., Bldg. 586, Rm 129, Comm: 757-764-5372, aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.


Amy Burke, Contract Specialist, Phone 3214948354, Email amy.burke.2@us.af.mil - Jody G. Desormeaux, Contracting Officer, Phone 3214940511, Email jody.desormeaux.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP