Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOURCES SOUGHT

R -- Sources Sought: Red LAN Sustainment

Notice Date
5/3/2024 8:02:39 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8823 SUSTAINMENT MCPNT SSC/PKL PETERSON AFB CO 80914-2900 USA
 
ZIP Code
80914-2900
 
Solicitation Number
FA8821-24-0002
 
Response Due
5/24/2024 2:00:00 PM
 
Archive Date
06/08/2024
 
Point of Contact
James Delay, Capt Brandon Nguyen
 
E-Mail Address
ssc.pkl.bcs@spaceforce.mil, brandon.nguyen.3@spacefoce.mil
(ssc.pkl.bcs@spaceforce.mil, brandon.nguyen.3@spacefoce.mil)
 
Description
1. PURPOSE/DESCRIPTION 1.� This Sources Sought Synopsis is issued in support of Space Systems Command, Space Command and Control (C2) Acquisition Delta (SSC/BCC), solely for information and planning purposes in support of market research being conducted by SSC/BCC to identify capable potential sources for a follow-on contract to the current Red LAN sustainment services contract.� Information received will be considered solely for the purpose of determining whether to conduct a competition.� A determination by the Government not to compete based upon the responses to this notice is solely within the discretion of the Government.� This sources sought announcement is not to be construed as a commitment by the Space Force to issue a solicitation or ultimately award a contract.� 2.� This effort will be based on the existing Red LAN configuration and sustainment requirements with an expected award in 2Q CY2025.� 3.� The Red LAN is an operational system based at Schriever SFB and Kirtland AFB.� The Red LAN connects multiple sensors and users for continuous flow of information to support the Space Domain Awareness and Orbital Warfare mission areas at multiple security classification levels. The Red LAN is accredited to the Top Secret, SCI, and SAR (TS/SCI/SAR) Levels; therefore, a Controlled Interface (CI) will be used to vet all communications between the required networks. The Air Force Research Laboratories (AFRL) X-ARBITOR Cross Domain Solution (CDS) configured with appropriate rule sets has been certified and accredited for this purpose. The CDS is considered part of the overall Red LAN system. The Red LAN system consists of multiple hardware strings at multiple sites to enable primary and backup operations, and HW/SW depot support for modifications. A contractor provided and managed depot instance of Red LAN is critical for completing logistics support, system modifications and enhancements without interrupting user data flow. The security of the information being passed on this system is compliant with approved encryption mechanisms as discussed in section 4. All Red LAN equipment and connections must be located within accredited secure Sensitive Compartmented Information Facilities/Special Access Program Facilities (SCIF/SAPF). Individual users and personnel must have security clearances and proper program access. The contractor will be responsible for providing sufficient cleared manning and facilities to perform the mission. 4.� Data delivered to and from the Red LAN will be by way of a Protection Level 4 CDS. The cybersecurity Authorization To Operate (ATO) will be maintained and updated in accordance with the following guidance publications: DoDI 5205.11 Management, Administration, and Oversight of Special Access Programs (SAPs) of the Department of Defense, DoDM 5205.07 DoD Special Access Program (SAP) Security Manual Volume 1, the Joint Special Access Program (SAP) Implementation Guide (JSIG), and AFI 17-101 Risk Management Framework (RMF) for Air Force Information Technology (IT). 5. Contractor is responsible for all cybersecurity Risk Management Framework (RMF) activities including: RMF documentation, cybersecurity monitoring, incident response, and contingency response. Contractor will develop and maintain security response processes designed to allow quick response and reporting of critical security incidents, such as the detection of malware, denial of service attacks and data spillages. Communication and coordination between security personnel is vital to the protection of the system and data. 6. Contractor is responsible for auditing application processes and user activities involving the interconnection. Activities that will be recorded include event type, date and time of event, user identification, workstation identification, success or failure of access attempts, and security actions taken by system administrators or security officers. Audit logs will be retained as per applicable guidance and as outlined in each system's System Security Plan. 7. Contractor will also be responsible for integration of MIT/LL developed Optical Processing Architecture at Lincoln (OPAL) software for existing and potential future sensor interfaces. 8. The Government owns the data rights for the technology used in the development, operation, and sustainment of the Red LAN system. 9. The sustainment contract tasks include but are not limited to: organizational level maintenance tasks (HW/SW), sustaining engineering and anomaly resolution, maintenance data collection, special studies, modifications and upgrades, depot level maintenance tasks (hardware/software), supply support and inventory management, configuration management, technical data management, depot support facility management, and security management, and after hours response as required. 2. SMALL BUSINESS CONSIDERATION � 1. The pertinent NAICS code for this announcement is 541330 (Size standard of �$25.5 Million).� Any business, regardless of size, in this area of expertise is encouraged to submit a Statement of Capability (SOC) to demonstrate the ability to meet the requirements listed above to show that competition would be advantageous to the Government.� Responses from small and small disadvantaged businesses are highly encouraged and the Government encourages teaming/partnering. 2. Responders to this Source Sought shall indicate whether they are a large business, small business, small-disadvantaged business, 8(a) small business, women-owned small business, HUBZone small business, veteran-owned small business, or service-disabled veteran-owned small business and all applicable North American Industrial Classification System (NAICS) codes.� Interested parties desiring to do business with the Space Force shall be registered in the DoD Central Contractor Registry.� Respondents must specify if they are a U.S. or foreign owned firm.� This acquisition involves data that are subject to export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce). 3. SUBMISSION INSTRUCTIONS 1. Any persons or companies having knowledge of the Orbital Warfare (OW) and Space Domain Awareness (SDA) mission areas and believes that they are capable of fulfilling a prime contractor role for this program may submit a written response.� The Statement of Capability (SOC) should contain the following information: company name, address, CAGE code, primary POC, and an executive technical summary of capabilities mentioned above. Potential sources interested in a prime contractor role must possess or be able to obtain a TS/SCI/SAR accredited SCIF and SAPF to house Government equipment and information and have personnel with current TS/SSBIs clearances. 2. Responses to this synopsis must be received via email to each POC listed below no later than 1500MST, 21 May 2024.� Responses must be in an electronic format (MS Word 2003 or newer, or PDF) and must conform to 8.5� X 11� page size, 1� margins, and a type 12 font.� Submittals must not exceed 5 pages (single sided) in length.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests.� Any interested party in this area of expertise may submit a SOC. 3. The Government is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this Sources Sought Synopsis.� The Government will not reimburse any cost associated with submitting information in the SOC response to this market research, nor shall any cost be allowed on any Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4b1b042eb1284cd9b8516d3c231a6322/view)
 
Place of Performance
Address: Colorado Springs, CO 80908, USA
Zip Code: 80908
Country: USA
 
Record
SN07053176-F 20240505/240503230041 (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.