Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2013 FBO #4319
SOURCES SOUGHT

D -- General Services (GENSER) Cross Domain Solution (CDS) System Production and Sustainment

Notice Date
9/19/2013
 
Notice Type
Sources Sought
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_E34F2
 
Response Due
10/4/2013
 
Archive Date
10/19/2013
 
Point of Contact
Point of Contact - Kat Staron, Contract Specialist, 858-537-0433
 
E-Mail Address
Contract Specialist
(kat.staron@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Space and Naval Warfare Systems Command (SPAWAR) intends to negotiate a sole source contract to Lockheed Martin IS&GS (LM), 12999 Deer Creek Canyon Rd, Littleton, CO 80127 for General Service (GENSER) Cross Domain Solution (CDS) system production and installation for new customers and sustainment of existing GENSER CDS products currently in the field. This sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be a follow-on to the current contract with LM. Under this procurement, LM will continue to provide the Navy with the only CDS, Radiant Mercury (RM), that currently meets the Navys baseline software requirements while also continuing production requirements at all security levels. GENSER CDS system production for new customers will consist of: 1) implementing individual customer rulesets on CDS baseline software, 2) configuring CDS software according to customer message parsing needs, 3) loading the software onto COTS hardware, and 4) installing the system at the customers sites. Each CDS produced is a unique system individually tailored to meet the end- users needs. Sustainment of existing GENSER CDS customers will include: 1) upgrading to new RM CDS versions, 2) RM hardware refreshes, 3) updates to ruleset configurations and parsing capabilities, and 4) general maintenance on RM fielded systems as necessary under each task order. This contract action will substantially reduce the risk of unacceptable delays or duplication of costs associated with modifying any other existing CDSs and attaining the required National Security Agency (NSA) and Defense Intelligence Agency (DIA) certifications. The anticipated period of performance will be from 28 February 2014 to 28 February 2019, with one five-year ordering period. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any firm believing that they can fulfill the requirement of providing this equipment and services may be considered by the Agency. Interested parties may identify their interest and capabilities in response to this synopsis within 15 calendar days of publication, and must clearly show the firm's ability to be responsive without compromising the quality, accuracy, and reliability of products and services provided. Any comments, questions or concerns regarding this notice may be submitted IN WRITING via e-mail to Kat Staron, Contracts Specialist at kat.staron@navy.mil. The Government will not pay for any information received. No telephone responses will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/SPAWAR_Headquarters_MKTSVY_E34F2/listing.html)
 
Place of Performance
Address: ), 12999 Deer Creek Canyon Rd, Littleton CO
Zip Code: 80127
 
Record
SN03194561-W 20130921/130919235055-8b474ee3ab76766ea499e6bd0d253718 (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.