Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
MODIFICATION

A -- CSEL Next Generation Cryptographic Architecture

Notice Date
5/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA821716R0489
 
Archive Date
6/13/2017
 
Point of Contact
Wendy Farley, Phone: 8015863464
 
E-Mail Address
wendy.farley@us.af.mil
(wendy.farley@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation Notice for CSEL Next Generation Cryptographic Architecture (NGCA) This pre solicitation notice amendment is to correct issues in the original notice to include the below information. The NGCA contract was awarded on 6 April 2017 however due to a protest, a stay of performance has been issued and will remain in effect until the Agency can thoroughly evaluate information resulting from this notice. Based on the information received from this notice the Agency will make a determination on whether to continue performance on the current contract, compete the requirement, or cancel the requirement. Description: This is the notification for the requirement of the NGCA to modernize the existing Combat Survivor Evader Locator (CSEL) UHF Base Station (UBS) and CSEL Interrogator Module (CIM). The Boeing Company is the manufacturer of these components. These two key components of the CSEL system must be updated to incorporate a modern cryptographic algorithm while maintaining continued support for the legacy algorithm in order to provide operational capability for both current and future next-generation radios. The requirement includes development, certification, integration, testing, and fielding the cryptographic modernization of the existing UBS and CIM. The Agency also intends to procure an updated Technical Data Package (TDP) as well as additional UBS equipment as part of this requirement. The Agency's plan is to make this TDP and UBS equipment available to industry in order to overcome barriers to competition across the CSEL Enterprise. The Government intends to award a sole source contract to The Boeing Company. The following is a statement of reason justifying the lack of competition. The Agency conducted a sources sought synopsis to determine whether any other sources could modernize the existing UBS and CIM without the availability of a TDP and equipment. The Agency considered all responding sources and recommended courses of action. The responding sources informed the Agency that in order to modernize the existing system they would need to be provided a TDP and access to equipment or obtain a partnership with incumbent. The Agency possesses unlimited rights in data and software however the Agency does not possess a TDP to provide to sources nor can the Agency give access to the operational system equipment. The Agency contacted the incumbent to determine if they were interested in a partnership and their response was "no ". The Agency assessed if any one of the four aspects of this requirement (UBS modernization, CIM modernization, TDP, and additional UBS equipment) could be separated and competed to satisfy this requirement. The Agency concluded that each aspect individually could only be provided by the Boeing Company. The Agency determined that only one source will satisfy this requirement to modernize the existing UBS and CIM as well as provide the TDP and additional UBS equipment. In accordance with FAR 6.302.1 the Agency determined from market research that these services and supplies are deemed to be available only from the original source for the continued development of this highly specialized equipment. It is likely that award to any other source would result in: (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, and (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 3304 (b)(2)) or 41 U.S.C. 253 (d)(1)(B).) All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency If interested sources anticipate providing a capability statement, proposal or quotation, please include a detailed description/summary of the capability, a Rough Order of Magnitude cost (including data rights), and an estimated schedule to complete the modernization of the existing CSEL UBS and CIM.. If interested sources believe any of the 4 aspects of this requirement can be procured individually, on a competitive basis, please also include a description of how this can be achieved in your response to this notice. Interested sources may also obtain the solicitation and Performance Work Statement (PWS) on this synopsis per FAR 5.207(c)(17) by contacting the POC below and providing a valid and current signed DD 2345 form. The PWS is an export controlled document Distribution Statement D. POC for further information: Matthew Kimber, matthew.kimber@us.af.mil Wendy Farley, wendy.farley@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA821716R0489/listing.html)
 
Record
SN04507187-W 20170514/170512235254-7d1c9e057d09e955adb2001e3cd9d87e (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.