Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOLICITATION NOTICE

58 -- This Market Survey describes the tasks and efforts that will be required by the hardware vendor for production and delivery of the Army, NSA Certified Control Cryptographic SKL units.

Notice Date
12/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T08RG245
 
Response Due
12/28/2007
 
Archive Date
2/26/2008
 
Point of Contact
jessica.wilkerson2, 732-532-1220
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(jessica.wilkerson2@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The SKL replaces the NSA EKMS DTD component (at the Tier 3 level) with a state-of-the-art technology device to support Tier 3 data-loading device. The Services developed the SKL with state-of-the-art technology to replace all DTDs and provide simple loading capabilities. It is backward compatible with existing DTDs (i.e., CT3 UAS) until all DTDs have been replaced. Though backward compatible, both the SKL hardware platform and software components provide capacity for future growth. The SKL consists of a host computer and an NSA-developed cryptographic component on a Personal Computer Memory/ Card International Association (PCM/CIA) Type II card (i.e., the KOV-21). (a.) Physically, the SKL host platform is a ruggedized hand-held Personal Digit al Assistant (PDA) device composed of the following hardware: housing, external connectors, external indicators, external controls, display, host computer board, and KOV-21 PCMCIA type card. The PDA runs the Commercial-Off-The-Shelf (COTS) Windows CE" Op erating System (OS). The COTS software supplied by the host hardware vendor includes the OS image, KOV-21 driver, BootLoader, and Board Support Package (BSP). The CSCIs developed to operate in this environment include the Secure Library CSCI, Core Librar y CSCI, and SKL User Application Software (UAS). (b.) The SKL platform is approximately 7.4 x 3.75 x 1.5 inches in size and weighing 1.75 pounds (including battery). It is composed of the following hardware: housing, external connectors, external indicators, external controls, display, host computer board, and KOV-21 PCMCIA type card. The SKL is powered by a 400MHz XScale processor that runs the Commercial-Off-The-Shelf (COTS) Windows? CE 4.1 Operating System (OS). It has 64MB of storage (backed up by battery) and 64MB of working memory, as well as 64MB Flash memory, with factory upgrade options of 128/128/96 MB, respectively. The COTS software supplied by the host hardware vendor, who must be pre-certified by NSA, includes the OS image, KOV-21 driver, BootLoader, and board support package (BSP). The CSCIs developed to operate in this environment include the Secure Library CSCI, Core Library CSCI, and SKL UAS. Potential sources must have a secret facility clearance with the capability for open storage of classified material. Furthermore the unit proposed by the contractor must be certified by the National Security Agency. This announcement is an expression of interest only and does not commit the government to pay for proposal preparati on cost. Interested parties should be alert for subsequent announcements that may be published in the Federal Business Opportunities (FedBizOpps) website. Responses to this announcement should contain a Title Page and Synopsis. The title page shou ld contain the vendor name, date, and the name and telephone number of the author and/or other points of contact. The synopsis should provide evidence of vendor experience and briefly summarize the capabilities of the vendor to support the system cited ab ove. The synopsis should also reflect the vendors previous demonstrated performance in managing and supporting similar systems comparable in size and complexity. Vendors must provide the information in writing to Product Manager, NetOps-CF ATTN: SFAE-C3 T-NCF, Fort Monmouth, NJ 07703-5000. Further information can be obtained by contacting Mr. Jorge Tersy at (732) 532-2641 or by E-Mail at Jorge.Tersy@US.Army.mil. All responses to this Market Survey must by submitted by Close of Business (COB) 28 Decembe r 2007.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01465216-W 20071208/071206230319 (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.