Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2011 FBO #3347
SOURCES SOUGHT

C -- Cryptographic Architecture Modernization and Interoperability Engineering (CAMIE) Services

Notice Date
1/21/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8823_CAMIE
 
Point of Contact
Kimberly S. McGough, Phone: 719-556-2919, Kennon McPeters, Phone: 719-556-2906
 
E-Mail Address
kimberly.mcgough@peterson.af.mil, Kennon.McPeters.Ctr@Peterson.af.mil
(kimberly.mcgough@peterson.af.mil, Kennon.McPeters.Ctr@Peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. This sources sought announcement seeks business concerns that are established for NAICS Code 541330, Size Standard $27M. 2. Businesses are requested to submit a technical capabilities briefing addressing past performance, 3 to 5 years experience and supporting references, financial position, project management, security clearance, and qualified employees availability. 3. The interested firm is requested to submit one hardcopy of their briefing and one softcopy (or as stated in paragraph 8). If the Business firm plans to subcontract part of the SOW requirement, a similar Technical Compatibles briefly should be submitted by the proposed partnering firm (large or small business). 4. SMC SLG/PKM, located at Peterson AFB, CO, is contemplating awarding a systems engineering support services contract in support of Air Force Space Command's Military Satellite Communications (MILSATCOM) Operations and Sustainment Logistics Program Office (SMC/MCL), Peterson AFB CO. 5. This contract will provide systems engineering support services associated with the management and modernization of the system security and cryptographic requirements and equipment for MILSATCOM sustainment internally and externally managed systems, programs, and related components. SMC/SLM managed systems include: current operational MILSATCOM systems; follow-on MILSATCOM systems transitioning from acquisition to sustainment; various system support programs; and associated resident maintenance and test support equipment. 6. Support includes, but is not limited to, the performance of systems security architecture engineering and cryptographic equipment modernization assessments and analyses necessary to provide SMC/SLM with sound recommendations relative to the employment, support, improvement, and test of MILSATCOM operational and transitioning systems. 7. Thorough, expert-level, MILSATCOM system specific understanding of all facets of the various MILSATCOM operational missions; their associated cryptographic systems, equipment, and Communications Security (COMSEC) / Transmission Security (TRANSEC) key-material requirements; and system security architecture design, interoperability, and integration is required for all services provided in support of this effort. 8. In addition, all contractor personnel performing these activities must possess security clearances at the TOP SECRET-level. Interested parties must submit an unclassified Statement of Capability (SOC) within 15-business days of this announcement demonstrating the following: expert-level MILSATCOM systems' security architecture knowledge and experience; expert-level understanding of MILSATCOM cryptographic architecture, key-material and equipment requirements; extensive knowledge regarding the operational MILSATCOM systems and missions; and the availability of skilled, highly-qualified, experienced personnel in current possession of Top Secret security clearances. The SOC shall not exceed 10 one-sided pages in length. Response must be submitted by e-mail in electronic form in Microsoft Word 98 or higher, or in PDF Format. All responses must conform to 8.5 by 11 inch pages, with font no smaller than 12 point. 9. The basic contract period of performance contemplated is 1-2 years with estimated award in 2nd quarter of Calendar Year 2011. The projected Request for Proposal (RFP) release date for this effort is 1st quarter of Calendar year 2011. The current contractor incumbent is Science Applications International Corporation (SAIC), 360 Command View Colorado Springs CO 80915. This synopsis is for information and planning purposes only; it does not constitute an RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with the submission of an SOC. The applicable North American Industry Classification System (NAICS) code is 541330. Submit all responses to synopsis to: SMC/SLK, Attn: Ms. Kimberly McGough, 1050 East Stewart Avenue, Peterson AFB, CO 80914-2902 (e-mail: kimberly.mcgough@peterson.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Jim Gill, SMC/PK, 310-336-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823_CAMIE/listing.html)
 
Place of Performance
Address: Centralized Integration Support Facility (CISF), 1050 East Stewart Avenue, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02364036-W 20110123/110121233742-e09d19c29a331f14dbed910495d16087 (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.