Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

58 -- P5 CTS In-Line Encryption and Trusted Guard Capability

Notice Date
2/2/2012
 
Notice Type
Cancellation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
P5EGL001
 
Point of Contact
Lanie C. Bolin, Phone: 8508833404, William J. Worlds, Phone: 8508833365
 
E-Mail Address
lanie.bolin@eglin.af.mil, william.worlds@eglin.af.mil
(lanie.bolin@eglin.af.mil, william.worlds@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Sources Sought Synopsis and Request for Information (RFI). This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information for planning purposes only and constitutes neither a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment or payment for information by the Government for any purpose. The information requested will provide the Government (1) availability and capability of qualified sources; (2) identify small businesses, HUBZone small business, veteran-owned small business, women-owned small business, or small disadvantaged businesses, and (3) size classification relative to the North American Industry Classification System (NAICS) code. The Air Armament Center, Test and Training Division, Range Instrumentation Systems Branch, Eglin AFB, Florida, is conducting market research to determine potential sources for an in-line encryption and a trusted guard capability that will be integrated into the P5 Combat Training System System (P5 CTS). P5 CTS provides realistic Air Combat Training to the warfighter and employs instrumentation on high activity participant aircraft and ground subsystem components. It is expected that potential vendors will assist the P5 CTS integrating contractor to ensure proper operation and accreditation. Please provide the following information and identify if any of the information provided is proprietary. a. Provide brief overviews of encryption and trusted guard packages meeting all the following requirements: The encryption and trusted guard packages should have full National Security Administration (NSA) certification and accreditation for Type 1 encryption and not require further development or approval for application in the P5 CTS. The desired encryption and trusted guard packages will not require any modifications that would require recertification of the unit. The encryption and trusted guard packages will need to meet the following conditions: • Support Suite A and/or Suite B algorithms • Keying material supported by Electronic Key Management System (EKMS) and/or Key Management Infrastructure (KMI) • Stored as unclassified Controlled COMSEC Item (CCI) when keying materials removed and powered off • Allow update of guard rule sets without affecting encryption certification • Be able to be configured into a package with dimensions not to exceed 8”L x 4”W x 3”D including packaging and connectors • Capable of being MIL-STD-810 qualified for humidity, vibration, altitude, shock and salt fog • Capable of meeting an operating temperature range of -40º C to + 70º C • Supports standardized electrical/mechanical interfaces such as IEEE 802.3 and associated protocols b. Give a brief description on how the above constraints would be met. Also, describe any modifications needed to the encryption or trusted guard components to meet the conditions stated above. c. Provide Rough Order of Magnitude (ROM) cost estimates on production unit prices for the encryption and trusted guard packages (if available). d. Provide notional schedule estimates on preproduction and production lead time schedules, as well as monthly production capacity. e. Identify any items that may be cost prohibitive from your perspective. Interested parties are requested to submit their qualifications and relevant information in the form of a Capability Statement, 2 copies (1 original and 1 copy), a maximum of 10 single-sided pages with text no less than 12-point font (Arial or Times New Roman) and a minimum of one-inch margins in Microsoft® Word, Adobe® PDF or compatible format. Do not include photos or references as part of the package. The white papers should be formatted as follows: Section A: Title, Name of Company, Name, Telephone number, Email address for a Point of Contact, Contractor Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number in the capability package and indicate if they are a US company, large or small business, if a small business identify small business category, Veteran owned, small disadvantaged, etc as described by NAICS code 335999 -All Other Miscellaneous Electrical Equipment and Component Manufacturing. Those desiring to do business with the Air Force must be registered in the Central Contractor Registration System (http://www.ccr.gov). Section B: Background, Brief History highlighting past relevant experience working with Government agencies, including National Security Agency, Defense Contracting Management Agency (DCMA), Defense Contracting Audit Agency (DCAA), subcontractors and foreign governments. Section C: Experience: Interested parties should identify number of years relevant experience and specific systems experience in security, technical key attributes, integration, and performance based support. A response is required for all items, if no experience in an area, so state. Section D: Other relevant information to answer information requested in sections (a) through (e) above. Information associated with this effort is unclassified. If respondents wish to restrict distribution of its RFI, it must be marked appropriately. Government responses to questions that are broadly applicable to all will be posted on the FedBizOpps website. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Responses must be received by 2 March 2012 at 3:00 p.m. Central Standard Time (CST). Any responses received after this date and time will be considered as nonresponsive and may or may not be considered at the discretion of the Contracting Officer. Capability Statements may be submitted electronically to lanie.bolin@eglin.af.mil or regular mail to AAC/EBYK, Attn: Lanie Bolin, 314 W Choctawhatchee Ave, Eglin AFB, FL 32542. All questions/request for information must be submitted in writing to AAC/EBYK, (Lanie Bolin), 314 W. Choctawhatchee Ave, Eglin AFB, FL 32542-6808, or email to lanie.bolin@eglin.af.mil or FAX to 850-882-3226. No collect calls will be accepted. Primary Point of Contact: Secondary Point of Contact: Lanie C Bolin William J. Worlds Contracting Officer Contract Specialist lanie.bolin@eglin.af.mil william.worlds@eglin.af.mil Phone: (850) 883-3404 Phone: (850)883-3365 Fax: (850) 882-3226 Fax: 850-882-3226
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/P5EGL001/listing.html)
 
Place of Performance
Address: United States
 
Record
SN02666068-W 20120204/120202234437-1ab3fe7b4edb27549d6e3f5bf314512d (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.