United States - Technology for Innovation on Accredited Networks

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
10 October 2019
Opportunity publication date
28 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 27, 2019 2:55 pm

 

REQUEST FOR INFORMATION
Technology for Innovation and Training on Accredited Networks (TITAN) Hybrid IT Support to Multi Domain Operations (MDO) and Sensor to Shooter (STS)
 
1.0 DESCRIPTION
1.1 The Air Force District of Washington Contracting Directorate (AFDW/PK) in support of Headquarters Air Force, Intelligence, Surveillance and Reconnaissance and Cyber Effects Operations (HAF/A2/6), is seeking information on how interested and qualified information technology service providers could conduct full-spectrum Information Technology (IT) operations to include software development, systems maintenance, installation, accountability, administration, and security on Unclassified, Secret, and Top Secret networks.  The Contractor will operate Government Furnished Equipment (GFE), currently over 420 line items and 80 server racks, to provide IaaS and DaaS to DOD and Intelligence Community users.  The Contractor must have expertise in Linux, Windows, Containerization, and IT automation.    
1.2 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 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 is the responsibility of the potential offerors to monitor this site and/or other resources for additional information pertaining to this requirement.  
 2.0 BACKGROUND
TITAN Hybrid IT Support to MDO and STS is the follow-on effort to a previous contract known as Systems for High-Performance Advanced Geospatial Intelligence (SHAGI) support to Data to Decision (D2D).  The Government has a requirement to provide a Hybrid IT environment for hosting of Air Force (AF), Joint Service, and Intelligence Community (IC) users in the development of software, algorithms, and services towards the achievement of the Department of Defense's (DoD) Multi-Domain Operations (MDO) and the IC's Sensor to Shooter (STS) goals and objectives.  TITAN will maintain accreditation to provide compute and store at the Unclassified, Secret, and Top Secret levels, as well as make large data sets available.  To accomplish this task, TITAN will collaborate across Government, industry, and academia to define and aggregate data sources and formats; aggregate multiple data feeds, process and store, then provide data to users, to either local or to federated locations, on established network infrastructures to user defined web-based programs using standard application program interfaces (APIs).  This work will focus on the use of current TITAN capabilities to provide Infrastructure as a Service (IaaS) and Data as a Service (DaaS) and to leverage an open architecture and, to the greatest extent practicable, open source approach.  By leveraging the host relationships with IC partners, TITAN shares the operations and maintenance for this Government Owned-Contractor Operated cloud service; mission partners provide the facility, power, and cooling while TITAN provides the hardware, software, and the expertise to properly maintain it.  TITAN operates 24 hours a day, 7 days a week, providing real-time Help Desk Support M-F, from 0700-1900 (Eastern Time) (excluding federal holidays) and 2-hour response for Help Desk Support outside of those days and times.   
3.0 REQUESTED INFORMATION
3.1 Interested contractors are requested to respond to this RFI with the following information:
3.1.1. Extent of the Contractor's ability to work on unclassified, secret and top secret networks.
3.1.2. Extent of the Contractor's ability to supply personnel with active TS/SCI and Counterintelligence Polygraph.
3.1.3. Extent of the Contractor's ability to conduct full spectrum IT operations to include systems maintenance, installation, accountability, administration, and security to support hosting applications and data services supporting software development for the DoD.
3.1.4. Extent of the Contractors expertise in Linux, Windows, Containerization, and IT automation.
3.1.5. Extent of the Contractors ability to provide real-time Help Desk Support M-F, from 0700-1900 (Eastern Time) (excluding federal holidays) and 2-hour response for Help Desk Support outside of those days and times.   
3.1.6. Extent of relevant and recent Past Performance Information (PPI) to substantiate capability to perform requirement (consider scope and ability to manage).
3.1.7. Extent of how contractor plans to integrate into the requirement, as the prime contractor, a sub-contractor, or via Joint Venture/Teaming arrangement.
3.1.8. Respondents must be registered in SAM.
 4.0 RESPONSES
 4.1 Interested parties are requested to respond to this RFI with a white paper.
 4.2. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum:
4.2.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, DUNS, CAGE Code and e-mail of designated point of contact.
4.2.2. Recommended contracting strategy - Commercial, Non Commercial, etc.
4.2.3. The North American Industry Classification System (NAICS) code is 511210 Software Publishers. This industry comprises establishments primarily engaged in computer software publishing or publishing and reproduction.  If applicable, please state contractor's Business size specifically its small business and socio-economic categories, as it pertains to the designated NAICS (511210) for this acquisition. 
4.2.4 The facility security clearance of the offeror, if applicable.
 4.3 White papers in Microsoft Word for Office 2013 compatible format are due no later than, 10 Oct, 2019, 12:00 EST.  Responses shall be limited to 4 pages and submitted via email only to Jennifer.l.kottke.civ@us.af.mil and Amanda.r.mccray.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.  To aid the Government, please segregate proprietary information.  Please be advised that all submissions become Government property and will not be returned. 
4.3.1 The Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests from outside the Government for copies of contract qualifications and proposals submitted to federal agencies.   If you submit a response and you believe it to contain information that should be withheld from such requestors under FOIA on the grounds it contains "trade secrets and commercial or financial information" [5 USC§552(b)(4)], you should mark the submission in the following manner:    
 4.3.1.1 The following notice should be placed on the title page: "Some parts of this document, as identified on individual pages, are considered by the submitter to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act.  Material considered privileged or confidential on such grounds is contained on page(s) _____."
 4.3.1.2 Each individual item considered privileged or confidential under FOIA should be marked with the following notice: "The data or information is considered confidential or privileged, and is not subject to mandatory disclosure under the Freedom of Information Act."
5.0 INDUSTRY DISCUSSIONS
Government may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.
6.0 QUESTIONS
Questions regarding this announcement shall be submitted in writing by e-mail to the above contacts.  Verbal questions will NOT be accepted.  Questions will be answered via FedBizOpps post to this RFI.  Accordingly, questions and answers shall NOT contain proprietary or classified information.  All questions received by 4:00pm EST, 10 Oct 19 will be answered, questions received after this date may be answered.  
7.0 SUMMARY
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can support the DoD as described in this RFI. The information provided in the RFI is subject to change and is not binding on the Government.  The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.  All submissions become Government property and will not be returned.

Opportunity closing date
10 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force Acquisition Division, AFDW/PK United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?