Loading
X
Call Us Today! +1(202)417-7242 | contact@sbga.us



Rapid Technology Integration Support 3 (RTIS3)

GSA MAS SIN: 54151S Information Technology Professional Services

Total Small Business Set-Aside (FAR 19.5)

Acquisition ID #: 47QFSA23K0089




Performance Work Statement (PWS)


 


  INTRODUCTION.


Under this effort, work defined in this Performance Work Statement (PWS) is to be accomplished for the Air Force Research Laboratory (AFRL), Spectrum Warfare Division (RYW), Rapid Technology Integration Office (RTIO), Wright Patterson Air Force Base (WPAFB), Dayton, OH, through the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services (AAS), APEX 2 Sector 1.


    Organization. 

AFRL/RYW, Bldg 620, 2241 Avionics Circle, Wright-Patterson AFB, OH 45433

Work will be performed at the contractor’s location which must be located within 50 miles of 2241 Avionics Circle, Wright Patterson AFB, OH 45433. The contractor’s facility must have a Facility Clearance (FCL) at the Top Secret/Sensitive Compartmented Information (TS/SCI) level and shall be fully accredited on day one of task order performance and throughout the contract award.



   Background.

AFRL Spectrum Warfare Division, AFRL/RYW, is charged with supporting the warfighter through the integration of various commercial off the shelf (COTS) components and government off the shelf (GOTS) components utilizing superior systems engineering principles to deliver unique capabilities that are both functional and secure. This technology integration includes the entire cycle, from assessment through production and sustainment. This task order focuses on technology integration at any phase, or all phases of the lifecycle as defined in the specific requirement.


Using over a decade of experience running the Rapid Technology Integration Office (RTIO), AFRL/RYW has found that advanced engineering analysis, coupled with direct interaction with the warfighter, is critical to delivering the best science and technology (S&T) necessary to successfully complete the United States mission. The RTIO’s mission is to provide agile stop-gap analysis, prototyping, and deployment support on a rapid timeline, on the order of days, to address emergent DoD capability gaps without an existing Program of Record (POR) to respond.


The customers of AFRL/RYW are composed of a wide spectrum of users that include Senior Leadership in the United States Government (USG), Combatant Commands, Intelligence Agencies, and other Department of Defense (DoD) entities. Deployment solution environments may include in-garrison, mobile use, traveling, austere locations, and wartime conditions. These environments may be permissive or denied depending on specific application and use case.


AFRL/RYW has found that adherence to its three security tenets produces the most effective solutions against threats that have been presented by the adversary.  The security tenets are:


   Minimize System Susceptibility
The contractor will minimize system susceptibility by focusing on what’s critical.  Identify what is critical to protect and reduce the scope and number of critical system security elements and hence the overall system susceptibility. This has the effect of limiting the attack surface for the particular use-case.


    Minimize Threat Accessibility
The contractFor will minimize threat accessibility by moving critical elements “out-of-band.” Out-of-band refers to moving critical technology and security elements from the control of the operating system or the system’s general-purpose processor to a trusted processor or a trusted operating enclave.  Minimizing the threat’s accessibility minimizes opportunity to exploit the system.


        Reduce Threat Capability
The contractor will reduce threat capability by denying attack vectors and tools through the use of detect and react security elements operating inside the threat’s Observe, Orient, Decide, and Act (OODA) loop. OODA stands for “Observe, Orient, Decide, and Act”, a concept originally proposed by Col John Boyd. To SPI, being ‘inside the threat’s OODA Loop’ means autonomic protection technology that can detect and react to threat reverse engineering activities by imposing hard penalties before the threat can observe, orient, decide, or react.


     Periods of Performance

This task order includes options for additional periods of performance in accordance with FAR 52.217-8 and FAR 52.217-9. 


Contract Type:

The contract type is anticipated to be a firm fixed price (FFP) task order with Contract Line Item Numbers (CLINs) X001-X003. CLIN X001 is expected to be FFP for the capability(ies) identified in the PWS and CLINs X002-X003 as cost reimbursable no-fee (CRNF) for travel and Order Level Materials (OLM), respectively. The table below details the CLIN structure and is applicable for all contract periods including the FAR 52.217-8 Option to Extend Services (EOS). 



CLIN         Description    Type

X002         ODCs             CRNF

X001         Labor               FFP

X003         Travel              CRNF



Periods of Performance

Dates

Base Year (BY)

08/01/2024 – 07/31/2025

Option Year 1 (OY1)

08/01/2025 – 07/31/2026

Option Year 2 (OY2)

08/01/2026 – 07/31/2027

Option Year 3 (OY3)

08/01/2027 – 07/31/2028

Option Year 4 (OY4)

08/01/2028 – 07/31/2029

EOS

08/01/2029 – 01/31/2030




DocumentFile SizeAccessUpdated Date
47QFSA23K0089_Special_Notice_2024-03-28.docx (opens in new window)
31 KB
 Public
Mar 28, 2024
47QFSA23K0089_Evaluation_Methodology_draft_2024-03-28.docx (opens in new window)
29 KB
 Public
Mar 28, 2024
47QFSA23K0089_PWS_2024-03-28 draft.docx (opens in new window)
89 KB
 Public
Mar 28, 2024








to be drawn down commensurate with the value of orders placed, with no fixed allocation to the scope or scope sub-areas.


  The RTIS3 contract ceiling value will be $70 Million  

to be drawn down commensurate with the value of orders placed, with no fixed allocation to the scope or scope sub-areas.

Proposal Preparation for as low as $2800







  Let us Assist you with Winning Proposal  

 Call the |S|B|G|A| to start the process 


Tel: (202)417-SBGA