Search Contract Opportunities

GARDEM 2 PLATFORM AND MISSION APPLICATIONS RESEARCH, DEVELOPMENT, ENHANCEMENT & SUSTAINMENT

ID: FA875023R0502 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

1. ACTION CODE: Request for Information (RFI)

2. SOLICITATION NUMBER : FA8750-23-R-0502

3. TITLE/SUBJECT: GARDEM 2 PLATFORM AND MISSION APPLICATIONS RESEARCH,

DEVELOPMENT, ENHANCEMENT & SUSTAINMENT

4. CLASSIFICATION CODE : R499

5. NAICS CODE: 541511

6. IS THIS A RECOVERY AND REINVESTMENT ACT ACTION? No

7. POSTING DATE: 06 JAN 2023

RESPONSE DATE: 06 FEB 2023

8. POINT OF CONTACT.

Contracting:

Maryna Gena

Contracting Officer

AFRL/RIKF

(315) 330-2346

Maryna.Gena@us.af.mil

Frances Karas

Contract Specialist

AFRL/RIKF

(315) 330-2504

Frances.Karas@us.af.mil

Technical:

Maria Cornacchia

AFRL/RIEBB

(315) 832-8398

Maria.Cornacchia@us.af.mil

Robert Gigliotti

AFRL/RIEBB

(315)330-2205

Robert.Gigliotti@us.af.mil

9. DESCRIPTION

This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. Responses to this RFI may be used for market research purposes (e.g. to determine responsibility of potential offerors) and/or a possible small business set-aside determination. Both large business (LB) and small business (SB) entities are invited to respond to this RFI. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders 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 sam.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

Submission of a response is voluntary. Respondents are advised that AFRL is under no obligation to provide feedback with respect to any information submitted under this RFI.

The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI), has a requirement to perform research, development, prototyping, integration, testing, demonstration, deployment and maintenance of innovative technologies and concepts in support for Global Application Research, Development, Engineering and Maintenance (GARDEM) 2 software baselines. GARDEM 2 provides Air Force, Department of Defense, Intelligence Community (IC) and other Federal Agencies with a software toolkit that provides a toolset for data access, integration and curation, application hosting. GARDEM 2 supports applications that provide capabilities such as report authoring and generation, workflow, query/search, visualization, dashboards, storage and job scheduling. The flexible toolset architecture provides access to multiple data sources, data mining, information fusion, and collaboration tools that facilitate trend, pattern, and distributed analysis to support activity prediction and customer unique capabilities. This analysis may involve correlation of temporal, spatial, or entity type information. This effort will perform research and development, design, analysis, studies, engineering, integration, test, evaluation, and operations and maintenance support for current and new users of the GARDEM 2 software toolset. Technical enhancements are needed to correct any identified shortcomings in the toolset and to provide additional capabilities, features, processes, and documentation. The enhancements will extend GARDEM 2 toolset functions and provide more effective and efficient capabilities to meet the needs of the users. Due to real world events, rapid software releases are required to maximize our technological capabilities at current and future deployed sites worldwide. Installation support will be needed to install the GARDEM 2 toolset software and hardware, and train users at multiple sites throughout the world. In the course of performance, the contractor will interface with various DoD and Government agencies through visits and electronic means, and technical visits that will take place at various sites, worldwide. Anticipated deliverables include software, hardware, and technical documentation.

Anticipated contract type - cost-plus-fixed-fee. Anticipated period of performance - sixty (60) months. Taking into consideration real world events constantly changing and unfolding, we presently contemplate the maximum order amount to be approximately $99,000,000.00.

Security Clearances: Taking into consideration real world events constantly changing and unfolding, we presently contemplate an estimated eighteen (18) Full Time Equivalents (FTEs) with Top Secret/Special Compartmented Information (TS/SCI) and three (3) Full Time Equivalents (FTEs) with SECRET access are required to perform the tasking under this contract immediately upon award. These estimates are in addition to any unclassified positions that may be required. TS safeguarding capability will also be required.

No foreign participation is allowed.

A technical library relating to the subject area of this acquisition is available for review by potential offerors via DOD SAFE only. Interested vendors may request a DOD SAFE Drop-Off of the technical library by contacting Maria Cornacchia, 315-832-8398, e-mail: Maria.Cornacchia@us.af.mil. A DOD SAFE drop-off will be sent to interested parties every Monday morning until the RFI closes. Only one recipient per company will be allowed to receive the drop-off. The library contains technical data subject to export control. Prior to review, potential offerors must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement" (may be obtained at https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf with instructions at Https://www.dla.mil/Portals/104/Documents/J3LogisticOperations/FIC/JCP/J3_DDForm2345Instructions(Oct2022)_221005.pdf?ver=dLEK75KpKWRfj3e5wMI8BQ%3D%3D ) along with a Memorandum of Agreement (MOA) from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library. This MOA will be provided by Maria Cornacchia upon request to access this technical library. The form and MOA request along with the email address of the recipient can be emailed to: Maria.Cornacchia@us.af.mil, at the time request for files is requested.

For further information on Certified Contractor Access List (CCAL), contact the Defense Logistics Agency at 1-877-352-2255 or on the web at https://www.dla.mil/Logistics-Operations/Services/JCP/. It is the sole responsibility of the contractor to obtain an export license from the U.S. Department of State and to comply with the federal laws and regulations. Questions concerning the International Traffic in Arms Regulations (ITAR) and export licensing must be directed to the U.S. Department of State's Directorate of Defense Trade Controls and not the Air Force Program Manager, Contracting Office, or Air Force Foreign Disclosure Office.

Responses to this RFI may be used for market research purposes and possible small business set-aside determination. Both large and small business organizations are invited to respond by email in a document not exceeding 15 pages. Microsoft Word or PDF files are preferred. If the file size exceeds 10MB, please utilize the Department of Defense Safe Access File Exchange (SAFE) site at https://safe.apps.mil/ and follow up with an email stating a submission has been sent. Please respond to the following items below, referencing the question number with each response:

  1. Describe your organization's ability to meet the technical requirements in the draft PWD (attached). Please do not simply restate the technical requirements in your response. Be sure to:
    1. Provide sufficient information and references to describe the majority level of knowledge and/or experience in each of the organizations listed in the PWD mission set and potential capabilities they may use. This includes knowledge and/or experience of computer software systems in the following areas:
      1. Agile software development and project management practices
      2. Platform As A Service (PAAS) employment
      3. Data As A Service (DaaS)
      4. DoD Authorization and Assessment (A&A) procedures
      5. Workflow for military intelligence and operations reporting
      6. Multi-source, Multi-Intelligence (Multi-INT) disparate data fusion
      7. Military intelligence production and dissemination
      8. Data exploitation including trend and pattern detection
      9. Data visualization
      10. Data integration and curation
      11. Semantic search and faceted data navigation
      12. Data analysis
      13. Database schema manipulation
      14. Database replication
      15. User and maintenance training
      16. Deployments in operational military environments
      17. Cloud Based Deployment and Hosting
      18. Help desk activities
    2. Include a brief description of your organization's quality control, risk management, and safety practices as they would be applied to this service.
  2. Describe the experience and qualifications of personnel and other organizational resources that would be used to meet the technical requirements. Provide information describing the level of knowledge and capabilities in the ISR domain. Address the availability of personnel with security clearances, to include TS/SCI and Secret/Collateral and how your organization proposes fulfilling the remaining positions within the required time frames indicated above.
  3. Identify up to three (3) previous or ongoing contracts / programs / efforts with Government, commercial, academic, or other customers performed within the last five (5) years which are relevant to the technical requirements. Include a brief description of the work, an explanation of its relevance to the technical requirements, and the performance period, value, and current customer points of contact.
  4. Indicate any factors concerning your organization's ability to perform the technical requirements.
  5. Indicate if your organization intends to submit a proposal in the event that a RFP is issued for the attached technical requirements.
  6. Indicate whether your company is a foreign-owned/foreign-controlled firm and if you contemplate the use of foreign national employees on this effort.
  7. Responses should identify any current or potential future regulatory and / or security concerns which could impact your company's ability to perform on the upcoming effort.
  8. Indicate if your organization belongs to any GWACs. If so, please list them.
  9. Confirm that your organization's business systems currently are adequate for performing a cost-type task order.
  10. Identify any areas which likely would require subcontracting or a teaming arrangement. Also state if it would be necessary to subcontract or team with another prime contractor on the same contracting vehicle.
  11. Address how your organization would meet the requirement of FAR 52.219-14 Limitations on Subcontracting, whereby at least 50% of the cost of contract performance incurred for personnel must be expended for employees of the prime Contractor.

Questions concerning this RFI may be directed to the Contract Specialist, Frances Karas at 315-330-2504, frances.karas@us.af.mil and the Contracting Officer, Maryna Gena at 315-330-2346, Maryna.Gena@us.af.mil, Technical questions should be directed to the Program Manager, Maria Cornacchia at (315) 832-8398, Maria.Cornacchia@us.af.mil and Deputy Program Manager, Robert Gigliotti at (315)330-2205, Robert.Gigliotti@us.af.mil.

Responses: All responses shall be submitted via e-mail to frances.karas@us.af.mil, maryna.gena@us.af.mil, maria.cornacchia@us.af.mil and Robert.Gigliotti@us.af.mil by 3 PM (EST) 06 FEBRUARY 2023.

Attachment Draft Performance Work Description (PWD) titled GARDEM 2 PLATFORM AND MISSION APPLICATIONS RESEARCH, DEVELOPMENT, ENHANCEMENT & SUSTAINMENT

PLEASE SEE ADDITIONAL PWD ATTACHMENT

Background
The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI), has a requirement to perform research, development, prototyping, integration, testing, demonstration, deployment and maintenance of innovative technologies and concepts in support for Global Application Research, Development, Engineering and Maintenance (GARDEM) 2 software baselines. GARDEM 2 provides Air Force, Department of Defense, Intelligence Community (IC) and other Federal Agencies with a software toolkit that provides a toolset for data access, integration and curation, application hosting. The flexible toolset architecture provides access to multiple data sources, data mining, information fusion, and collaboration tools that facilitate trend, pattern, and distributed analysis to support activity prediction and customer unique capabilities. This analysis may involve correlation of temporal, spatial, or entity type information.

The Contractor shall fulfill requirements of Research and Development (R&D), software sustainment, and maintenance activities supporting the functional and technical requirements of the Air Force, Department of Defense, Intelligence Community (IC) and other federal agencies. The work may include hardware and software procurement, analytical studies, system feasibility studies, system design, system trade-off studies, rapid prototyping, system demonstrations, software development, system(s) simulations.

Functional test and evaluation analyses will be conducted along with security test and evaluation analyses. Software enhancements will be made as necessary. Rapid implementation will be carried out along with sustainment activities including installation support (hardware and software). Training documentation will be provided along with technology integration technology transition and program management.

Period of Performance
Anticipated period of performance - sixty (60) months.

Place of Performance
The work will be performed in support of operational systems to include multiple sites throughout the world.

Overview

Response Deadline
None
Posted
Jan. 6, 2023, 9:01 a.m. EST
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Odds of Award
22%
On 1/6/23 Air Force Research Laboratory issued Sources Sought FA875023R0502 for GARDEM 2 PLATFORM AND MISSION APPLICATIONS RESEARCH, DEVELOPMENT, ENHANCEMENT & SUSTAINMENT. The opportunity was issued full & open with NAICS 541511 and PSC R499.
Primary Contact
Name
Maria Cornacchia   Profile
Phone
(315) 832-8398

Secondary Contact

Name
FRANCES E. KARAS   Profile
Phone
(315) 330-2504

Documents

Posted documents for Sources Sought FA875023R0502

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Sources Sought FA875023R0502

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA875023R0502

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA875023R0502

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA875023R0502

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA8750 AFRL RIK
FPDS Organization Code
5700-FA8750
Source Organization Code
500019728
Last Updated
Feb. 6, 2023
Last Updated By
kenneth.gigliotti@us.af.mil
Archive Date
Feb. 6, 2023