Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

A -- GROUND OPERATING EQUIPMENT INCREMENT I (GOE I1), REQUEST FOR INFORMATION (2)

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
HQ CPSG/PK, Contracting Directorate, 230 Hall Ave, Ste. 114, Lackland AFB, San Antonio, TX 78243-7081
 
ZIP Code
01731
 
Solicitation Number
FA8307-06-R-0003
 
Response Due
3/6/2006
 
Archive Date
6/14/2006
 
Point of Contact
J. Paul Hardin, Contracting Officer, 210-977-3493
 
E-Mail Address
Click Here to E-mail the POC
(jeffrey.hardin@lackland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The Cryptologic Systems Group (CPSG), Special Projects Directorate at Lackland AFB, TX is soliciting your comments in response to several questions below. This RFI is not a formal solicitation and is not a request for proposals. Any formal solicitation will be announced separately. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. 2. CPSG is developing a new generation of TT&C cryptographic devices to meet the needs of national security space programs and the Cryptographic Modernization (CM) program. These new devices will be used to protect satellite and ground station command uplinks and telemetry downlinks from disruption or exploitation by non-authorized parties. The Cryptologic Systems Group's Special Projects Directorate (CPSG/ZJ) is the developing program office assigned with the task of acquiring these cryptographic devices to support the modernization of Space TT&C for both satellite and ground control stations. 3. CPSG intends to award a single contract to modify an existing Crypto-Modernized terrestrial re-programmable COMSEC product, with an option for production. This modified COMSEC product will be used to replace existing/legacy Ground Operating Equipment (GOE) as well as a near term solution for new satellite ground stations. The modified End Cryptographic Unit (ECU) will replace legacy GOE that implements the KG 28/46, KG-29/57, KI-23, CARDHOLDER, and BELSHAZZAR algorithms. In order to meet the requirement of new ground stations the ECU will need to provide higher data rates and modern cryptographic features. The final ECU will be NSA Type 1 certified. 4. Please provide answers to the following questions. Your responses will be used in market research for this acquisition. Please send responses via email no later than 6 Mar 2006 to: jeffrey.hardin@lackland.af.mil a. Hardware/Software Maintenance/Support Concept: Based on a last operational need date of 2024, which of the product support concepts listed below would you recommend the Government choose to support these devices? What is your rationale for the recommendation? What is your current maintenance concept for other customers of this device? Would you be capable of providing a realistic cost estimate for each of the product support concepts listed below at the time of the solicitation? (1) Total contractor support (warranty periods, post-warranty costs) (2) Interim contractor support with a 3-year minimum followed by Government organic support (e.g., tech manuals, training, support equipment, etc.) (3) Private-Public Partnership (4) Other recommendations b. Contract type: The Government is considering awarding a cost plus incentive fee (CPIF) for the SD&D effort. What areas of the contract would you recommend incentivizing other than cost? c. Command Authentication: Please describe any experience you have with implementing algorithms or designing equipment with command authentication. d. Capability Maturity Model: The following is proposed language for the solicitation. Would this criterion be difficult for your company to meet? "As a minimum, the offeror must be appraised CMMI-SW Version 1.1 or later (Staged) Maturity Level III, by an SEI-authorized third party appraiser, for the specific subsidiary and division of the company (whether it be prime or subcontractor) proposing to perform the software effort. It is desirable for the offeror to be appraised CMMI-SW Version 1.1 or later (Staged) Maturity Level IV or higher, by an SEI-authorized third party appraiser, for the specific subsidiary and division of the company (whether it be prime or subcontractor) proposing to perform the software effort. It is also desirable for the prime contractor to be appraised CMMI-SE/SW Version 1.1 or later (Staged) Maturity Level III or higher, by an SEI-authorized third party appraiser." e. Production Capacity: The Government is considering acquiring a maximum of 3,000 units over a 3-year period. Can you support this production rate? What challenges would you anticipate? What is the minimum lead time to production and delivery of the first unit? If longer than 90 days, please briefly elaborate. What is your surge capability? Any limiting factors related to surge capacity? f. Device Reliability: Please state the reliability rates of the devices you currently produce, i.e., MTBF, MTTR, and MTTF. g. Production Quality: What QA/QC processes are you third-party appraised to ensure production quality (e.g., ISO 9000, IEEE 127 series, etc.)? h. Data Rights: Based upon the current acquisition strategy, what data rights will be available to the Government? See Note 26. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
ESC Business Opportunities Web Page
(http://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-06-R-0003/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00990237-F 20060218/060216215054 (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  © 1994-2020, Loren Data Corp.