Utah Bids > Bid Detail

Consolidated Technical Coordination Group (TCG) Web-Enabled Database

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159948284866089
Posted Date: Nov 17, 2023
Due Date: Dec 1, 2023
Source: https://sam.gov/opp/b9e2a24617...
Follow
Consolidated Technical Coordination Group (TCG) Web-Enabled Database
Active
Contract Opportunity
Notice ID
FA8232-23-Q-TCG1
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Office
FA8232 AFLCMC WWMK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 16, 2023 05:17 pm MST
  • Original Response Date: Dec 01, 2023 05:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Hill AFB , UT
    USA
Description

1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.



1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) code is 541511, which has a corresponding size standard of $34,000,000. The Government is interested in all small businesses. The Government requests that interested parties respond to this notice and identify your small business status in relation to the NAICS code, if applicable. Additionally, please provide any anticipated teaming arrangements, along with a description of similar offerings to the Government and to commercial customers within the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime contractor and the work that will be accomplished by the teaming partners. The Government will use this information for acquisition planning purposes.



2. PROGRAM DETAILS



The following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability. AFLCMC/WAM F-16 International Technical Coordination Group Section, Hill AFB, UT intends to award a one-year contract with potential for one optional year to support the Consolidated TCG Web-Enabled Database. The TCG Database provides support for United States Government (USG) owned, cost-shared European Participating Air Forces (EPAF) and Foreign Military Sales (FMS). Consolidated Technical Coordination Group (TCG) Web-Enabled Database is currently utilized by approximately 40 participating countries in the F-16, Precision Guided Munitions (PGM), and Proven Aircraft (PA) FMS TCGs and the F-16 International Digital Technical Order(s) Delivery (IDTOD) system. This action is being conducted to identify potential sources capable of meeting the requirements for the following:



a. Perform engineering and management services required to support, maintain, and keep the TCG Database operational and accessible to all participating FMS partner nations and United States Government (USG) approved users. The TCG database consists of three (3) TCG, two (2) IDTODS and one (1) CSAT database, with approximately 380,000 lines of code.



b. Provide a wide range of system administration services which may include, but not be limited to, installing, supporting, and maintaining servers or other computer systems and planning for and responding to service outages and other problems.



c. Monitor the performance of the system and resolve any issues related to the efficient and effective use of the system in general.



d. Provide operational support services including, but not limited to, database administration, systems administration, admin training, and admin help desk support In Accordance With (IAW) AFI 33-115 Network Operations and DoD 8570.01M Information Assurance Workforce Improvement Program DoD 8570.01M Information Assurance Workforce Improvement Program or DoDM 8140.



e. Provide and be responsible for all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, non-personal services, and any other items necessary to perform the task of providing engineering and management services that meet the objectives listed in this PWS, including government furnished property.



f. Maintain servers at a location determined by the contractor with the current capabilities of the version specified at time of contract award. The system shall be operational 24 hours a day seven (7) days a week.



g. Identify a task leader to provide total task management and supervision of contractor personnel. The task leader shall serve as the primary point of contact for all aspects of the required work. The task leader shall conduct communications between the contractor and the Government officer.



h. Provide database administration support for logical and physical database designs. Create and test backups of data, provide data cleansing services, verify data integrity, implement access controls to the data, ensuring maximum availability and performance. Assist developers of data exposure services to use the database efficiently and effectively.



i. Provide eight (8) static IP address for the TCG Database at time of contract award. Servers located off government facilities require Department of Defense Information Network (DoDIN) approval for government employees to connect while on government facility or when working remotely through the government VPN.



j. Provide 50 Megabytes (MB) download and 50 MB upload fiber internet connection to support over 450 simultanious connections.



k. Have the tools and experience to perform monthly cyber security vunerability scans.



l. At a minimum be Capability Maturity Model Integration (CMMI) 3 certified.



m. Knowledge and ability to transition the TCG Database family to an approved IL5 Cloud Server.



n. Expertise in the following software programs/languages:




  • HTML 5

  • JavaScript (POJ)

  • jQuery

  • Bootstrap

  • CSS

  • PHP 8.1.14

  • CodeIgniter 3.1.13 (PHP MVC Framework)

  • Oracle 19c Standard Edition

  • Windows Server 2016



3. RESPONSES



3.1 Responses shall address whether the interested party is capable of meeting the requirements identified in paragraph 2. When responding please include the following information:



a. Company name and CAGE code.



b. Point of contact information. Please provide an email address and phone number.



c. Suggested NAICS Code, if 541511 is not considered appropriate for this effort.



d. Business classification (e.g. large or small, 8(a), woman-owned, etc.)



e.U.S. or foreign-owned entity.



f. Experiences with same or similar items and/or support. Please describe.



g. Would you be a prime or subcontractor?



h. Lead time for the task performance.



i. Do you currently have eight (8) static IP address available that are approved through the DoDIN Network?



j. Are you willing to accept a contract that includes DFARS clause 252.232-7007, Limitation of Government Obligation?



k. Have you ever transitioned a local database server to an approve IL5 cloud server?



​​​​​​​3.2 THIS IS A REQUEST FOR INFORMATION ONLY. This sources sought synopsis is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. This sources sought synopsis does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis. All costs associated with responding to this synopsis will be solely at the responding party’s expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked “PROPRIETARY” and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.



3.3 Respondents are requested to provide an executive summary, relevant history, and evidence of capability to successfully perform the effort, not to exceed 10 pages. Copies of your submitted information will be distributed to the AFLCMC/WAM and the Contracting Officer for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the Contract Specialist, shauna.vanderschaaf@us.af.mil, no later than 15 calendar days after publication of this notice. Telephone and/or FAX responses will not be accepted.



Be advised that all correspondence sent via e-mail shall contain a subject line that reads “F-16 TCG Database Source Sought” Note that, e-mail filters at Hill AFB are designed to filter e-mails without subject lines or with suspicious subject lines and/or certain attachments (i.e., .exe or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .exe or .zip files are not allowable attachments and maybe deleted by the e-mail filters at Hill AFB. If sending attachments with e-mail, ensure only__.PDF, .doc, or .xls documents are sent. The e-mail filter may delete any other form of attachments.



4. CONTACT INFORMATION





Contracting Office:



AFLCMC/WAMKD



6072 Fir Avenue, Bldg. 1233



Hill AFB, UT 84056





Primary Point of Contact: Alternate Point of Contact:



Ms. Shauna Vanderschaaf Ms. Kali Miller



Contract Specialist Contracting Officer



shauna.vanderschaaf@us.af.mil kali.miller@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801 586 8478 6072 FIR AVE
  • HILL AFB , UT 84056-5820
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 16, 2023 05:17 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >