Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOURCES SOUGHT

D --

Notice Date
3/28/2012
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Key West Division (PARC Americas 410th CSB), P.O. Box 9051, Naval Air Station, Key West, FL 33040-9051
 
ZIP Code
33040-9051
 
Solicitation Number
W912PX-12-T-0010
 
Response Due
4/11/2012
 
Archive Date
6/10/2012
 
Point of Contact
Eustace McKenzie, 305-293-5347
 
E-Mail Address
Key West Division (PARC Americas 410th CSB)
(eustace.mckenzie@jiatfs.southcom.mil)
 
Small Business Set-Aside
N/A
 
Description
Announcement for Request for Information TITLE: SECURE COMMUNICATIONS SWITCHING SYSTEM (SCSS); Request for Information DESCRIPTION: The Joint Interagency Task Force South (JIATFS), Command, Control, Communications, Computers and Intelligence (C4I) Systems Directorate (J6) at the Naval Air Station (NAS) Key West, Florida seeks potential sources for the acquisition of a Commercial-Off-The-Shelf (COTS), Non-Developmental-Item (NDI) flexible, modular, open architecture alternative system for secure and non-secure switching of audio communications to the JIATFS Joint Operations Center (JOC). The replacement system shall be referred herein as "Secure Communications Switching System (SCSS)". SCSS shall provide. The SCSS shall provide JOC operators and J6 Tactical Operations Support personnel control access to and switching audio communications of secure and non-secure multi-channel radiophone, HF and UHF/VHF radio, telephone, intercom, video teleconference, and internet-based audio communications, including Voice-Over-Internet Protocol and Streaming Video-Over-Internet Protocol. The system architecture shall provide the necessary processing equipment, user consoles at each JOC position, control equipment at the Tactical Operations Support facility, and interfacing equipment required to integrate audio communications for tactical C4I operations. The SCSS shall provide rapid, reliable secure and non-secure audio communications between JOC operators and other users within JIATFS, users at other facilities, and participating operational units. The SCSS shall be a distributive processing digital-based electronic switching system. Functionally, the SCSS shall consist of switching control processors, multiple user consoles, multiple control or administrative consoles, redundant electronic switching networks, Built-In-Test, self-contained power supplies, and multiple input/output ports for interfacing to external devices. The SCSS shall be a flexible, modular, open architecture capable of secure and non-secure switching of audio communications performance requirements and be easily reconfigurable to provide flexible operational adaptation to meet present, emerging, and future audio communication requirements. The flexible, modular open architecture shall allow for compatibility with and interface to a number of external devices, including but not limited to: cryptographic devices for secure communications, networking multiplex/demultiplex subsystems, audio communications recorder and playback subsystems, telephone equipment, remote radios, and Over the Internet Protocol subsystems. The SCSS shall provide internal audio communications between all user consoles, and shall be failure-safe with built in redundancy. SCSS visual indicators and information shall be compliant to the Director, Communications Security (COMSEC) Material System (CMS) Electronic Key Management System (EKMS) 1 (series), "CMS Policies and Procedures for Navy Electronic Key Management Systems", as well as, EKMS-1 Annex AB, "Secure Telephone Unit Third Generation (STU-III)" and EKMS-1 Annex AC, "Secure Terminal Equipment (STE)/Associated KOV-14 Card and Iridium Security Module (ISM)". The SCSS, as delivered, shall contain 60 user consoles with scalability up to 80 user consoles without engineering or software modifications/changes to the system. The SCSS shall provide fully automated voice communications capabilities for Red and Black devices, interfaces, and networks. Secure communications isolation between Red and Black matrices, devices, and ports shall be in accordance with the National Security Telecommunications and Information Systems Security Advisory Memorandum (NSTISSAM) TEMPEST/2-95, "Red/Black Installation Guidance", dated 12 December 1995. The SCSS delivery shall include a Hardware Testbed to allow for controlled laboratory environment testing and diagnostics. Any offeror who can provide an item which meets the above characteristics should, at a minimum, submit the following information: system description and performance specifications, cost for the system and hardware test bed, COTS/NDI system and subsystem components, future growth, length of time the product has been on the market and provided to whom, training, supportability, supporting technical documentation, training material and lesson plans, warranty information, supporting test and evaluation documentation, security certification and accreditation documentation including Authority To Operate, actual and required performance/reliability data, and points-of-contact. Interested parties must indicate whether they are small business, small disadvantaged or 8(a). This is not an RFP, a promise to issue an RFP, nor will the government pay for information received in response to this synopsis. Acknowledgment or receipt will not be, nor will telephone inquiries be honored. The information shall be submitted to the Joint Interagency Task Force South, Contracting Officer, Attn: Lori Balla, and Eustace McKenzie, PO Box 9051, Naval Air Station, Key West, Florida 33040-9051. Questions may be submitted in writing to email: lori.balla@jiatfs.southcom.mil and eustace.mckenzie@jiatfs.southcom.mil. Proprietary information submitted in response to the synopsis will be protected when clearly identified as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ed84b789656cebfefbd6cf4a8ef99802)
 
Place of Performance
Address: Key West Division (PARC Americas 410th CSB) P.O. Box 9051, Naval Air Station Key West FL
Zip Code: 33040-9051
 
Record
SN02708118-W 20120330/120328235751-ed84b789656cebfefbd6cf4a8ef99802 (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.