Federal Bid

Last Updated on 28 Jan 2019 at 7 PM
Special Notice
New york New york

Global Theater Security Cooperation Management Information System (G-TSCMIS)

Solicitation ID RFI-RIK-OTA-19-R-GTS2
Posted Date 28 Jan 2019 at 7 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8750 Afrl Rik
Agency Department Of Defense
Location New york New york United states 13441

Synopsis:

Funding Opportunity Title: Global Theater Security Cooperation Management Information System (G-TSCMIS) Phase 2 Prototype

Funding Opportunity Number: RIK-OTA-19-R-GTS2

Announcement Type: Request for Whitepapers

Posting Date: 28 January 2019 - 1430 EST
Closing Date: 25 February 2019 - 1200 EST

This solicitation is a Request for Whitepaper (RFWP) for Project Announcement (PA) No. RIK-OTA-19-R-GTS2 under the Air Force Research Laboratory (AFRL) Other Transaction Agreement for Prototype No. FA8750-16-9-9000 with SOSSEC, Inc. Prototype projects may be awarded by a Firm Fixed Price project level agreement under the aforementioned agreement. The period of performance is estimated to be twelve (12) to twenty-four (24) months from project award date. Total funding for the GTS2 prototype is approximately $5,870,000.00. Participation in the RFWP is required for potential future Request for Project Proposal (RFPP). Participation in the RFWP will require membership in the SOSSEC Consortium. SOSSEC, Inc. is the Open Systems Acquisition Initiative (OSAI) awardee/recipient.

As participation in the RFWP requires a membership in the SOSSEC consortium, the full PA, including the referenced attachments and any other supporting documents will be available through SOSSEC only. The below information are excerpts from the full PA. Please contact the OT lead to inquire about SOSSEC membership information and the full PA.

I. Introduction

This Project Announcement (PA) is a two-step closed project announcement. This announcement is being issued to solicit whitepapers only at this time. The purpose of whitepaper submissions is to identify potential project-level performers that may have promising technologies relative to the program described below. Following Government evaluation of the whitepaper submissions, the Government may provide feedback to each vendor on their proposed solution. The Government reserves the right to make changes to the final Project Announcement before soliciting any Request for Proposal. Upon receipt, the Government will evaluate those proposals through a scientific review process in accordance with the Evaluation Criteria to determine which proposals represent the best value to the Government and should be awarded.

It is important to note that this solicitation is a Request for Whitepaper (RFWP), not a Request for Project Proposal (RFPP). This notice shall not be construed as a commitment by the Government to issue a RFPP or ultimately award a project, nor does it restrict the Government to a particular acquisitions approach. Participation in this RFWP is strictly voluntary. No entitlement or payment of direct or indirect costs or charges by the Government shall arise as a result of offeror submission of responses or the Government's use of such information.

For additional information on this initiative, a description of the program and its structure, metrics, and terminology, refer to Attachment No. 1 entitled "Open System Acquisition Initiative (OSAI) Supplemental Information," dated 1 MAR 2016.

    II. Project Description

A. OVERVIEW

To support Security Cooperation (SC) reform efforts mandated in the FY17 National Defense Authorization Act (NDAA), G-TSCMIS will be further developed to provide the Department of Defense (DoD) an improved enterprise web-based solution to comprehensively plan, administer, forecast, monitor, report, evaluate (assess), and execute SC programs and activities worldwide. G-TSCMIS will be used as a resource allocation decision support tool to enable the USD(P), in conjunction with the Cost Assessment and Program Evaluation (CAPE) Director, to make informed SC resource decisions during the President's Budget Recommendation process.

Under RIK-OTA-18-GTSCMIS Phase 1 Prototype delivered capabilities to included integration of a Business Intelligence (BI) capability, Extract, Transform, and Load (ETL) tools, use of cloud services, and integration with the Defense Security Assistance Management System (DSAMS).

G-TSCMIS Phase 2 Prototype shall further develop RIK-OTA-18-GTSCMIS Phase 1 Prototype's delivered capabilities, introducing Business Process Management (BPM) and Content Management functionality. G-TSCMIS Phase 2 Prototypes' workflow and proposal management capabilities must support data and business processes for multiple SC activities. G-TSCMIS Phase 2 Prototype will also implement connectivity to an additional Authoritative Data Source (ADS): the Security Cooperation Information Portal (SCIP), which will be used to acquire the Overseas Humanitarian Assistance Shared Information System (OHASIS) data and the Defense Security Assistance Management System (DSAMS) data in addition to SCIP data. The G-TSCMIS Phase 2 prototype software solution shall address cyber security, leveraging of Commercial off-the-shelf (COTS) or Government off-the-shelf (GOTS) available software or platforms, and interoperability of services. The prototype software solution developed to fulfill the G-TSCMIS Phase 2 Prototype needs will be referred to as Socium.

B. BACKGROUND

The Project-Level Performer (PLP) should be familiar with standard cybersecurity regulation:

• DoD Instruction (DoDI) 8500.01 (14 Mar 2014)
• DoDI 8510.01 (28 Jul 2017)
• DoDI 8115.01 (10 Oct 2005)
• Defense Information Systems Agency (DISA) Application and Development Security Technical Implementation Guide (Version 4, 27 Oct 2017)
• Defense Information Systems Agency (DISA) Application and Development Security Technical Implementation Guide (Version 4, October 27, 2017)
• DISA Cloud Security Requirements Guide (Version 1 Release 3, 6 Mar 2017)
• National Institute of Standards and Technology (NIST) Special Publication 800-53 (Rev 4800-53, Jan 2015)

The PLP should also be familiar with DoD Security Cooperation. Much of the information can be found in Joint Publication 3-20 from 23 MAY 2017
https://www.jcs.mil/Portals/36/Documents/Doctrine/pubs/jp3_20_20172305.pdf

C. REQUIREMENTS AND DISCUSSION

Where possible, the Whitepaper responses should leverage existing, COTS or GOTS, platforms, technologies, and products to provide a cost effective and technologically mature prototype software solution described in the provided Statement of Work (SOW). Please reference Attachment No. 2 entitled "Statement of Work (SOW) Global Theater Security Cooperation Management Information System (G-TSCMIS) Phase 2 Prototype", for description of requirements and system architecture.

D. SPECIAL NOTICE

Subject to successful completion of the prototype project and the availability of funds, the Government may issue a separate limited sources competitive solicitation to the awardees of the prototype agreements and award a single follow-on contract for G-TSCMIS production, procurement and fielding. Results of all Government facilitated prototype testing, along with program cost and schedule, will be included in the evaluation criteria for the follow-on production solicitation.

Reference Attachment No. 3, for draft DD Form 254, DoD Contract Security Classification Specification.

III. AWARD INFORMATION:

A single award is anticipated under this announcement. The Government reserves the right to select all, part, or none of the proposals received, subject to the availability of funds. All potential Offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice.

2. FORM. Awards of efforts as a result of this announcement will be in the form of project-level agreements that incorporate the terms of any teaming agreement with the OT Lead (including flow-down articles from the Other Transaction Agreement).

3. PA TYPE: This is a two-step closed project announcement. This announcement constitutes the only solicitation.

As STEP ONE - The Government is only soliciting whitepapers at this time.
DO NOT SUBMIT A FORMAL PROPOSAL
. Those whitepapers found to be consistent with the intent of this PA may be invited to submit a technical and cost proposal, see Section VI of this announcement for further details regarding the proposal.

IV. ELIGIBILITY INFORMATION:

Participation in this RFWP, potential RFPP, and to receive an award under this PA, will require a membership in the SOSSEC Consortium. SOSSEC, Inc. is the Open Systems Acquisition Initiative (OSAI) awardee/recipient. Joining the SOSSEC Consortium is a very quick process. New members will be asked to review the Consortium membership agreement and pay a membership fee. The AF OTA is an Agreement between the Government (AFRL/RI) and SOSSEC, Inc. SOSSEC, Inc. acts as a mentor and intermediary, supporting companies that bid solutions. For further information about SOSSEC or how to join, please contact Linda Sasser, (603)458-5529, [email protected].

This PA is closed to foreign participation at the Project-Level Performer level.

Foreign Ownership, Control or Influence (FOCI): companies who have mitigated FOCI may inquire as to eligibility by contacting the Agreements Office focal point, Kara Jarmula, Agreement Specialist, telephone (315) 330-4174 or e-mail [email protected] for verification prior to submitting a whitepaper. Please reference the solicitation (PA) Funding Opportunity Number and Title of the acquisition.

The OT Lead organization is not eligible to propose to this solicitation.

Active Federal employees are prohibited from participating in particular matters involving conflicting financial, employment, and representational interests (18 U.S.C. § 203, 205, and 208). Prior to the start of proposal evaluation, the Government will assess potential conflicts of interest and will promptly notify the proposer if any appear to exist. The Government assessment does not affect, offset, or mitigate the proposer's responsibility to give full notice and planned mitigation for all potential organizational conflicts, as discussed below.

As part of the whitepaper and proposal submissions, proposers, sub- proposers and consultants must affirm whether they (individuals and organizations) are providing or have provided within the last year advisory and assistance services in support of the information system(s) that are the subject of this Program Announcement (PA). Affirmations must state which information system(s) the proposer and/or sub- proposer/consultant supports and must provide prime contract numbers. All facts relevant to the existence or potential existence of organizational conflicts of interest must be disclosed. The disclosure shall include a description of the action the proposer has taken or proposes to take to avoid, neutralize, or mitigate such conflict. Proposals that fail to fully disclose potential conflicts of interest and/or do not have plans to mitigate this conflict may be rejected without technical evaluation and withdrawn from further consideration for award. If, in the sole opinion of the Government after full consideration of the circumstances, any conflict situation cannot be effectively mitigated, a proposal may be rejected without technical evaluation and withdrawn from further consideration for award under this PA.

If a prospective proposer believes a conflict of interest exists or may exist (whether organizational or otherwise) or has a question as to what constitutes a conflict, a summary of the potential conflict should be sent to the Government Agreements Specialist listed in Section VII before preparing a proposal and mitigation plan.

V. APPLICATION AND SUBMISSION INFORMATION:

All responses to this announcement must be coordinated through SOSSEC, Inc.

SUBMISSION DATES AND TIMES: Whitepapers must be received by 1200 EST on 25 FEB 2019.

Multiple whitepapers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its whitepapers/proposals, they must be marked with restrictive language, as follows:

"Use and Disclosure of Data

This proposal includes data that shall not be disclosed outside the Government or the OT Lead Organization and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this proposal. However, if a contract is awarded to this offeror as a result of -- or in connection with -- the submission of these data, the Government and OT Lead shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting agreement. This restriction does not limit the Government's or OT Lead's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Sheets [insert numbers or other identification of sheets]."

The offeror shall also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal."

VI. SOSSEC, INC. & AGENCY CONTACTS:

All white paper and proposal submissions and any questions shall be directed to the SOSSEC, Inc. Emails must reference the solicitation (PA) number and the Funding Opportunity Title.

POC as specified below:

OT Lead
Linda Sasser
SOSSEC, Inc.
8 Commerce Drive, Suite 827
Atkinson, NH 03811
603-458-5529
[email protected]

The Agreement Officers Technical Representative (AOTR) and the cognizant technical point of contact (TPOC) are as specified below (unless otherwise specified in the technical area):

AOTR
MARK SOUTHCOTT
AFRL/RIEBA
525 Brooks Road
Rome, NY 13441-4505
Phone: (315) 330-4590
Email: [email protected]

The Agreement Specialist for this solicitation is as follows:

Agreement Specialist
KARA JARMULA
AFRL/RIKE
26 Electronic Parkway
Rome, NY 13441-4514
Phone: (315) 330-41174
Email: [email protected]

 

 

 

Bid Protests Not Available

Similar Past Bids

San diego California 13 Nov 2014 at 2 PM
San diego California 29 Jun 2016 at 6 PM
Miami Florida 06 Apr 2017 at 9 PM
San diego California 18 Dec 2013 at 9 PM

Similar Opportunities