Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2022 SAM #7344
SOLICITATION NOTICE

58 -- Foreign Military Sales (FMS) Cross Domain Solutions (CDS) HQ0852-22-R-0001

Notice Date
1/7/2022 12:19:15 PM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
HQ0852-22-R-0001
 
Response Due
12/9/2021 2:00:00 PM
 
Archive Date
12/31/2022
 
Point of Contact
Joshua Kachelman, Phone: 256-450-0343, Steven McDonald, Phone: 256.450.1463
 
E-Mail Address
joshua.kachelman@mda.mil, steven.mcdonald@mda.mil
(joshua.kachelman@mda.mil, steven.mcdonald@mda.mil)
 
Description
1/7/22 This pre-solicitation notice is posted in accordance with FAR 5.204. The Missile Defense Agency (MDA) intends to issue a solicitation to procure Cross Domain Solution (CDS) technology to support Foreign Military Sales (FMS) cases.� The FMS CDS is a means of information assurance that provide the ability to manually or automatically access or transfer information between two or more differing security domains.��FMS CDS devices are integrated systems of hardware and software that enable the transfer of information among otherwise incompatible security domains or levels of classification.��They also enable filtering of unauthorized messages and malicious files and, in order to protect both U.S Classified Military Intelligence (CMI) and FMS customer systems, networks and data. This requirement will be solicited as a Full & Open Competitive action using source selection procedures IAW FAR Part 15. �MDA anticipates a Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) contract containing both fixed price and cost-plus reimbursement type line items. �The North American Industry Classification System (NAICS) code for this acquisition will be 541512 (Computer Systems Design Services) and the Small Business Size Standard will be $30M. It is anticipated that award will result in multiple IDIQ contracts with a five year ordering period.� The Government intends to make an award to each and all qualifying offerors. A qualifying offeror is defined in FAR Part 2: Qualifying offeror, as used in 15.304, means an offeror that is determined to be a responsible source, submits a technically acceptable proposal that conforms to the requirements of the solicitation, and the contracting officer has no reason to believe would be likely to offer other than fair and reasonable pricing. The places of contract performance will be in conjunction with specific FMS Letter of Agreement requirements. All interested parties are placed on notice that after award the Government may from time to time reopen the competition under this solicitation if it is in the Government's best interest to add new contractors to the original pool of IDIQ contract holders. When/if the Government decides to reopen the solicitation, an announcement will be posted via SAM.gov allowing new offerors the opportunity to compete in a full and open competition for an IDIQ contract to meet the new requirements. Any existing IDIQ contract holder will not re-compete for an IDIQ contract. The competitions will use the same evaluation methodology and documentation (updated to reflect changes in regulatory provisions, requirements and certifications) as the original competition. Once a new awardee(s) is selected, that awardee(s) will be included in the awardee pool and will compete for future task or delivery orders. Subsequent to a reopened competition, initial and new IDIQ awardees can compete for future task orders. It is anticipated that the solicitation will be posted on or about 15 days from the date of this Pre-Solicitation notice. �The closing date of the solicitation will be 30 days from the posting date. �The solicitation will be posted to the SAM.gov web site at: https://sam.gov/. �Offerors interested in submitting a proposal after the solicitation is posted to SAM.gov are responsible for downloading their own copy of the solicitation from the web site and frequently monitoring the site for any amendments. MDA will not directly send offerors the solicitation or any amendments. �It is the interested offeror's responsibility to periodically check this website for updates. �If you are interested in saving searches, following contract opportunities, requesting secure documents or signing up for an Interested Vendor List, you will need a login.gov account in SAM.gov. �A bidders� list will not be maintained by this office, but interested companies are requested to sign up on the �Interested Vendor List� in SAM.gov. When a solicitation is issued, failure to respond to the electronically posted solicitation and associated amendments prior to the date and time set for receipt of proposals as stated in the solicitation, may render the proposal non-responsive and result in rejection of the same. �The release of this synopsis and issuance of the RFP, when posted, is not a commitment by the Government to award a contract. �The Government will not pay any costs incurred by a potential offeror as a result of the posting of this synopsis or the release of the RFP, when posted. �Businesses interested in submitting proposals must be registered in the System for Award Management (SAM) system in accordance with FAR 4.1102. �SAM is available at https://sam.gov/SAM/. �Any questions must be emailed to: joshua.kachelman@mda.mil. 11/24/21 This posting provides the Missile Defense Agency (MDA) Foreign Military Sales (FMS) Cross Domain Solutions (CDS) draft RFP documentation for industry review and questions/comments.� The Government intends to provide responses to industry questions/comments as soon as possible. �Government responses to unclassified questions will be posted to SAM.gov under this posting. �Any questions must be emailed to joshua.kachelman@mda.mil by 4:00 PM CST December 9, 2021.� To gain access to the documents that are provided as part of the DRFP, a potential offeror shall request access to each document through SAM.gov. Only requests that include DUNS/CAGE Code will be approved. The actual Presolicitation Notice for this opportunity will be posted at a later date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f98a96ef7d204e858f0e3cbd0f86c704/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN06212179-F 20220109/220110105808 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.