SOLICITATION NOTICE
58 -- Tactical Cross Domain Solution
- Notice Date
- 9/3/2014
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N683385-14-R-0260
- Archive Date
- 10/2/2014
- Point of Contact
- Danielle DiLorenzo, Phone: 732-323-7067, Christine Yezzo, Phone: 732-323-2739
- E-Mail Address
-
danielle.dilorenzo@navy.mil, christine.yezzo@navy.mil
(danielle.dilorenzo@navy.mil, christine.yezzo@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communication Requirements (SCR) Division is surveying the commercial vendor community for all interested parties in a proposed requirement for a Tactical Cross Domain Solution (TACDS). The TACDS must be capable of automated bi-directional exchange of tactical information between security domains. CAPABILITY REQUIREMENTS: • The system shall have successfully completed National Security Agency (NSA) Certification/Penetration testing for Secret & Below Interoperability. • The system should be posted on the Unified Cross Domain Management Office Baseline List of Validated Solutions • The system should provide bi-directional data flows with independent rule sets to govern data flow from each side. • The system should support the following multiple data formats simultaneously: Variable Message Format, Extensible Markup Language (XML), Key-Length-Value (KLV) / Full Motion Video. • The system should encrypt all rule sets & audit logs stored in unit. • The system should provide an XML configurable binary filter component to support custom data formats. • The system should be compliant with NSA's Data Flow Configuration File Specification to allow the user to modify network settings and policy rules. • The system should accommodate a minimum of three separate but simultaneous H.264 Standard Definition 720 x 480 60 Hz transport video streams (3 Megabits per second each) with full KLV metadata validation and filtering. • The system should provide an average message transfer latency of less than 50 msec. • The system should provide Federal Information Processing Standard 140-2, Level 4 anti-tamper protection. • The system should comply with MIL-STD-810G environmental conditions for wheeled and tracked ground mobile vehicles. • The system should comply with MIL-STD-461F Electromagnetic Interference requirements for ground vehicles. • The system should have a Mean Time Between Failure greater than 25,000 hours. • The system should weigh less than 2 lbs, fit within a 5" x 8" x 2 ½" space, and consume less than 10 watts. Must operate off of and comply with MIL-STD-1275D 28 Virtual Data Center electrical power for military vehicles. ADDITIONAL INFORMATION: In response to this Request for Information (RFI), respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirements of this RFI, as well as, identification of long lead item(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts points of contact identified below. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated Request for Proposal / Request for Quotation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Please submit your response to this RFI (not to exceed 10 pages) via email no later than 4:00PM E.S.T. Wednesday 17 September 2014 to the following individuals: Ms. Danielle DiLorenzo at danielle.dilorenzo@navy.mil Ms. Christine Yezzo at christine.yezzo@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N683385-14-R-0260/listing.html)
- Record
- SN03493614-W 20140905/140903235938-88609771ffe9b2b36286aa04c59649c4 (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 |