Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOURCES SOUGHT

D -- Modernized Link Level COMSEC

Notice Date
4/21/2005
 
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_27516
 
Response Due
5/9/2005
 
Small Business Set-Aside
N/A
 
Description
The Dept of the Navy sponsored by the PEO C4I & Space (PMW 780) is seeking information on strategies and technologies to assist in the development of a Modernized Link Level COMSEC (MLLC). The NATO IMPROVED LINK ELEVEN (NILE) Program Management office, representing the 7 NILE Nations, (US, UK, Fr, GE, IT, SP and CA), has expressed an interest to replace the existing Link 22 Link Level COMSEC (LLC). The MLLC shall comply with the National Security Agency (NSA) requirements for Crypto modernization. The MLLC shall employ a programmable Embedded INFOSEC Product (EIP) that can utilize the latest NSA recommended algorithms (Suite A and Suite B) and Keys. The MLLC shall be fully backward compatible with the existing Link 22 LLC (KIV 21 based) which utilizes the CTIC/DS-101 Hybrid (CDH) chip. The MLLC shall be compliant with the existing LLC Interface Requirements Specification and the MLLC Segment Specification in order to become a form-fit and function replacement within the L22 communications equipment. The MLLC will be used in Land, Sea and Air (Rotorcraft and Large Jets) Military Environments. The MLLC shall be fully certified by the NSA, utilize an NSA approved Key-loading device and be releasable for Military operational use to the 7 NILE nations. Therefore, SPAWAR is seeking all interested sources that are cleared to US SECRET to provide capability and information statements about existing/developed expertise and experience. Information needed includes verifiable examples of the company???s capabilities, expertise and experience. Potential suppliers are requested to submit a Capability Statement demonstrating existing/developed expertise and experience in relation to meeting these particular Navy requirements. Each statement shall note the company's full name, address, size (large or small), CAGE Code, and whether their status is: SDB, woman owned, 8a status, HUBZone small business, veteran-owned small business, and/or whether it is in a service-disabled veteran-owned small business. The Capability Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company???s ability to demonstrate existing/developed expertise and experience in relation to the areas above. The Capability Statements are anticipated to be five to ten (5 - 10) pages long, and are limited to ten (10) pages with no prescribed format. Any commercial brochures or current existing marketing material may be submitted with the Capability Statement. This sources sought does not constitute a commitment, implied or otherwise, to procure any equipment or services. This announcement is only an expression of interest. Future requirements and procurements are uncertain. Submission of Capability Statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. The Government invites comments related to possible purchase or acquisition strategies. The Capability Statements to be submitted are not expected to be proposals and will be used for technical planning purposes only and Market Research. The Capability Statements are due 09 May 2005 and should be submitted electronically to the following e-mail address: cheryl.fisher@navy.mil. For the purpose of receiving the Capability Statements, they shall be received by 0900 AM Pacific Time. This sources sought synopsis contains the most current available information and is subject to change at any time. Notification of any changes shall be made only on the Internet. It is therefore the Contractor???s responsibility to check SPAWAR???s e-commerce web page daily for any posted changes to this Sources Sought. The related Small Business Size Standard is 750 employees. North American Industry Classification System (NAICS) is 334290. NOTE: All Federal Contractor???s must be registered in the Central Contractor Registration (CCR) database. New contract awards can only be made to contractors who are registered in the CCR. See the CCR website: http://www.ccr.gov or request form at 1-888-227-2423. If potential suppliers have any questions regarding the above, contact Cheryl Fisher at (858) 537-0289, or e-mail cheryl.fisher@navy.mil. The SPAWAR e-Commerce web page is http://e-commerce.spawar.navy.mil under Business Opportunities/SPAWAR HQ/ market survey.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=45A9E068B2CA68C888256FEB00034F05&editflag=0)
 
Record
SN00793696-W 20050423/050421212239 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.