The government is conducting market research to identify potential sources that can become the prime integrator/developer for Enterprise Collection Planner (ECP). This market research shows sellers within the market that can provide prime integrator/developer services for the ECP follow-on contract.
List of known dependencies
- Seller shall have and maintain accreditation of a development lab that can be utilized to complete work on Secret/NOFORN software starting no later than the date of contract award and being persistent for the life of the contract and option years.
- Seller shall have and maintain an Authorization to Operate (ATO) a Federal Information System (FIS) from contract award date and remaining persistent for the life of the contract and option years.
- Seller shall have and maintain at beginning of contract award date and persistent for the life of the contract and option years a development environment that has an established connection to the AF DCGS PRIMO TIELINE
- Seller shall have experience with DevOps/DevSecOps pipeline with a preference for employing continuous integration/continuous deployment (CID) of software changes
List of technical expertise
- Java software development
- .NET framework development
- Windows Server
- Windows 10/11
- MySQL
- Web development
- Cyber hardening with tools such as Fortify, ACAS, SCAP, Scan, Claire
- Containerization with tools such as Docker and Rancher
- Agile software development
- Cloud Computing and S/W development
- Automated testing development/management with Commercial tools such as RANOREX
- Aerospace Engineering experience with development of Platforms/Payloads technical models
- DevSecOps
- CI/CD release
- Expert knowledge of BAE Systems Multi-Vehicle Management Control System (M2CS) software code base & integration interfaces
List of services to be supplied
- The seller shall provide prime integration engineering services for Secret/NOFORN software to be integrated within AF OA DCGS
- The seller shall ensure applicable contractor/subcontractor personnel have security clearance(s) at the TS-SCI level for proper accomplishment of contract/order requirements. The security clearance(s) shall be obtained following Department of Defense (DD) Form 254, Department of Defense Contract Security Classification Specification
- The seller shall provide program management for services of developing/modifying software that will be integrated within the AF OA DCGS weapon system
- The seller shall ensure the software developed or changed meets the applicable security requirements for Weapon Systems containing information technology systems and associated Controlled Interfaces
- All software developed or changed will be done so per cyber security standards that will allow for obtaining/renewing a Certification to Field (CTF) approval
- The seller shall generate and/or revise Technical Orders (TO) for system operations and maintenance that are MilSpec like
- The seller will maintain strict adherence to policies within the DoD and AF DCGS for utilization of Open-Source Software (OSS) and Commercial off the Shelf (COTS) products that ensure before said items reach end of life (EOL)/end of service (EOS)
- The seller shall create and manage training documentation and supplemental material that will be used to perform in-person site-based training
- The seller will perform special studies as directed by the government and supply results in a non-proprietary format
- The seller will deliver all documentation in non-proprietary and editable formats employing supplied AFDCGS templated and specifications
- The seller shall travel, as needed, authorized, and funded, to the buyer or product owner facilities to attend project reviews and meetings
- The seller shall travel to specified OEM and operational sites to conduct TEMs, PWIs, site surveys, installations, tests, formal and informal training support events
- Any proprietary software shall be clearly identified as such and seller’s rights fully articulated to government
- The seller shall deliver build instructions & environments that use standard industry tools that are deployable to a classified federal information system (FIS)
- The seller shall provide the required security related documentation including a System security plan
Contractor Capability Survey
Ground Signal Station Support and Services System
Part 1. Business Information
Please provide the following business information for your company/institution and for any teaming or joint venture partners”
- Company/institute name
- Address
- Point of Contact
- CAGE code
- Phone number
- Email address
- Web page URL
- Size of business pursuant to North American Industry Classification System (NAICS) code 541511
Based on the above NAICS code, state whether your company is:
- Small business (yes/no)
- Woman Owned small business (yes/no)
- Small Disadvantaged business (yes/no)
- 8(a) certified (yes/no)
- HUBZone certified (yes/no)
- Veteran Owned small business (yes/no)
- Service Disabled veteran small business (yes/no)
- A statement as to whether your company is domestically or foreign owned (if foreign, please indicate country of ownership)
Responses to the Capability Survey Part I and white papers must be received no later than close of business (23 June). Please ensure data Is in a readable electronic format that can be received through a firewall, Attachments shall not exceed 10Mb per email. Multiple emails are acceptable. Responses must be sent via email to the following:
- PCO: ShaNellda Harris <shanellda.harris@us.af.mil> and
- PM: Bradley Gregory <bradley.gregory.1.ctr@us.af.mil> and
- Engineer: Frank Rowe <francis.rowe.1.ctr@us.af.mil>
Questions related to this market research should be addressed to the PCO.