AFRL moves forward with VIPER program

On May 9, the Air Force Research Laboratory posted a presolicitation notice for Virtualized Intelligence Platform Engineering and Research (VIPER) (Solicitation Number: FA8750-18-R-0002).

The Air Force Research Laboratory, Information Directorate, Rome NY (AFRL/RI) has a requirement to perform specialized software research, software development, integration, deployment, familiarization, testing, installation, maintenance, and lifecycle support activities. This effort will enable research, enhancement, and maintenance of Multi-Level Access (MLA) data, information, processes, and systems. MLA solutions are a type of Cross Domain (CD) system that provides authorized users the ability to securely access data from multiple security domains from a single client device, while protecting the security domains from unauthorized access or malicious attack.

Concentration will be placed on enhancing a current MLA solution (SecureView), researching and developing new MLA technologies, and supporting these solutions to meet current and rapidly evolving intelligence needs of the Air Force (AF), Department of Defense (DoD), and Intelligence Community (IC). As MLA requirements continue to evolve, consistent and rapid research, development, enhancement, and sustainment of SecureView and new applications will be required. Focus areas include lifecycle functions and phases to include studies, analyses, designs, development, enhancements, integration management, configuration management, and testing of existing and new systems transitioning into an operational environment, software/hardware installation, certification and systems/network administration and operation.

The effort will result in the availability of a scalable, certified MLA system to be utilized by the AF, DoD, and IC agencies for increased security across multiple domains, accredited for operation at different classification levels within high-security environments. Anticipated deliverables include software, hardware, technical documentation and technical reports.

For the aforementioned requirements, the Government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) (Services) contract. Cost-Plus-Fixed-Fee Completion (CPFF/C) and Cost-Plus-Fixed-Fee Term (CPFF/T) Task Orders may be issued under this contract. The total ordering period for this contract will be sixty (60) months and the maximum contemplated ordering amount is anticipated to be approximately $93,600,000.00.

Evaluation of the small business capability packages received in response to the previous Request For Information (RFI) announcement resulted in a determination that a small business set-aside could not be established.

Full information is available here.

Source: FedBizOpps