Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

A -- GROUND OPERATING EQUIPMENT INCREMENT 1

Notice Date
12/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
230 Hall St., Suite 114 Lackland AFB San Antonio, TX
 
ZIP Code
01731
 
Solicitation Number
FA8307-06-R-0003
 
Point of Contact
Juan Gonzales juan.gonzales@lackland.af.mil
 
E-Mail Address
E-mail the POC
(juan.gonzales@lackland.af.mil)
 
Description
1. The Cryptologic Systems Group (CPSG), Special Projects Directorate at Lackland AFB, TX is soliciting your comments in response to several questions below. This Request for Information (RFI) is not a formal solicitation and is not a request for proposals. Any formal solicitation will be announced separately. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. 2. CPSG is developing a new generation of TT&C cryptographic devices to meet the needs of national security space programs and the Cryptographic Modernization (CM) program. These new devices will be used to protect satellite and ground station command uplinks and telemetry downlinks from disruption or exploitation by non-authorized parties. The Cryptologic Systems Group's Special Projects Directorate (CPSG/ZJ) is the developing program office assigned with the task of acquiring these cryptographic devices to support the modernization of Space TT&C for both satellite and ground control stations. 3. CPSG intends to award a single contract to modify an existing Crypto-Modernized terrestrial re-programmable COMSEC product, with an option for production. This modified COMSEC product will be used to replace existing/legacy Ground Operating Equipment (GOE) as well as a near term solution for new satellite ground stations. The modified End Cryptographic Unit (ECU) will replace legacy GOE that implements the KG 28/46, KG-29/57, KI-23, CARDHOLDER, and BELSHAZZAR algorithms. In order to meet the requirement of new ground stations the ECU will need to provide higher data rates and modern cryptographic features. The final ECU will be NSA Type 1 certified. 4. Attached you will find draft copies of the Statement of Objectives (SOO), Evaluation Factors for Award (RFP Section M), and Instructions, Conditions and Notices to Offerors (RFP Section L) for the aforementioned acquisition. Please provide answers to the following questions. Your responses will be used in market research for this acquisition. Please send responses via email no later than 23 May 2006 to: jeffrey.hardin@lackland.af.mil a. Is the SOO clear? If not, please elaborate. b. Public-Private Partnership: After the GOE I1 contract completion, the government intends to enter a into a Public-Private Partnership (PPP) with the successful offeror for the purpose of providing life cycle support for the software and firmware components of the GOE I1. Based upon the PPP providing software/firmware support for a minimum life cycle lasting from 2009 through 2024: * How would the offeror propose structuring this partnership? * What data rights would the offeror make available to the Government? c. Corporate Process Maturity: Below is an extract from paragraph 4.9 of the draft Section L. Provide a photocopy of the current CMMI-SW Version 1.1 or later (Staged) Maturity Level III, by an SEI-authorized third party appraiser, for the specific subsidiary and division of the company proposing to perform the software effort (whether it be prime or team member). Additionally, the specific subsidiary and division of the company proposing to perform the software effort (whether it be prime or team member) are encouraged to include a photocopy, if any, of the current CMMI-SW Version 1.1 or later (Staged) Maturity Level IV or higher, by an SEI-authorized third-party appraiser. Additionally, prime contractors for this proposed effort are encouraged to include a photocopy, if any, of a current CMMI-SE/SW Version 1.1 or later (Staged) Maturity Level III or higher, by an SEI-authorized third party appraiser. Based on the language above: * Is this language clear with respect to what is expected from the offeror? * Would your company be able to provide the required documentation? * Is the desirable "CMMI-SE/SW Version 1.1 or later (Staged) Maturity Level III or higher" achievable? * Do the certifications above pose any difficulties for your company? d. Production: Below is an extract from paragraph 4.11.3 of the draft Section L. Provide evidence that the Offeror (or a team member proposing to do the production) has established and operated a classified production line that manufactured a NSA Type 1 certified cryptographic device within the last ten (10) years as of the date of this solicitation, e.g., a signed statement from the government quality assurance representative, or a copy of the ISO9001:2000 production control document, indicating the short title of the NSA Type I certified device and the date produced. Additionally, if the baseline ECU is currently in production as of the date of this solicitation, provide supporting documentation, e.g., a signed statement from the government quality assurance representative, or a copy of the ISO9001:2000 production control document, indicating the short title of the NSA Type I certified device and the date produced. Based on the language above: * Is this language clear with respect to what is expected from the offeror? * Would your company be able to provide the required documentation? * Does this pose any difficulties for your company? * Could other documentation provide appropriate evidence? e. Past Performance Questionnaire: At paragraph 5.9 of Section L it states, "Performance shall be within the last three (3) years. The Government will not consider performance on an Offeror submission that occurred more than three (3) years prior to the date of this solicitation." * Is this period too restrictive? If so, what length of period would your company recommend? f. After reviewing Sections L and M, do you have any comments or suggestions? g. Do you have any other comments or suggestions regarding this RFI? Please annotate the subject line of your email: TT&C GOE I1 RFI #3 Response. See Note 26. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
GROUND OPERATING EQUIPMENT INCREMENT 1 on HERBB
(http://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-06-R-0003/listing.html)
 
Record
SN01138561-F 20060910/060908225002 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.