Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SPECIAL NOTICE

D -- Secure Mobile Device Gateways (SMDG)

Notice Date
11/7/2014
 
Notice Type
Special Notice
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
HC1013-15-R-0001
 
Archive Date
11/14/2014
 
Point of Contact
Lori L. Walker, Phone: 618-229-9356, Jennifer Kinser, Phone: 618-229-9581
 
E-Mail Address
lori.l.walker.civ@mail.mil, jennifer.l.kinser3.civ@mail.mil
(lori.l.walker.civ@mail.mil, jennifer.l.kinser3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO) intends to negotiate a sole source contract with APRIVA ISS, LLC ("APRIVA") for Engineering and Operational Support Services for the Secure Mobile Device Gateways (SMDG). A sole source Justification and Approval document is being coordinated and, upon approval, a copy of it will be posted here on FedBizOpps to comply with the public display requirements of FAR 6.305. The proposed contract action is to provide the engineering and operations support for the SMDG, providing network and architecture designs, operational engineering support, test and evaluation support, configuration management support, engineering implementation support, technical/analytical performance analysis, technical/engineering documentation, and Department of Defense (DoD) wide engineering coordination for the SMDG. The purpose of this action is ensure continuous services are provided to operate and maintain current mobile gateways supporting classified requirements at two Contiguous United States (CONUS) locations and potentially up to two locations outside Contiguous United States (OCONUS) and two CONUS locations. The contractor will be required to provide services to engineer, acquire, and integrate the SMDG equipment at these OCONUS and CONUS locations when directed. The delivery of future OCONUS and additional CONUS nodes must have a transition plan to maintain current capability while expanding or upgrading globally. The resultant firm-fixed price contract will be for a 1-year base period and two 6-month option periods for a total of 2 years (24 months). The Government requires classified mobility gateway support to Develop a Suite B, Secure Communications Interoperability Protocol 231 Secure Voice over Internet Protocol (S-VoIP) solution containing a Windows Mobile 6.5 based S-VoIP solution with high quality of service and low latency. Vendor solution must provide a Virtual Private Network (VPN) on the Commercial Solutions for Classified (CSfC) approved list that supports both Rivest, Shamir, and Adelman (RSA) and Elliptic Curve Cryptography (ECC) certification. Solution must be compliant with National Information Assurance Partnership (NIAP) and CSfC. Contractor must also deliver the ability to reconfigure settings of SMDG devices and support infrastructures, provide solution to execute a smooth transition from legacy devices to DoD Mobile Classified Capability (DMCC) devices, support up to 2,000 DMCC devices, and provide 365 day, 24x7, Tier II and Tier III Help Desk Support to end user administrative personnel. This support includes onsite Defense Enterprise Computing Center personnel for the care and maintenance of legacy equipment which meets the critical operational needs DISA provides the DoD. Services must also be provided to engineer, acquire, integrate, and install the SMDG equipment at additional OCONUS and CONUS locations if needed and ensure DMCC system architectures and services are sustained without interruption. At this time, APRIVA is the only source capable of providing the proprietary VPN design that supports the SMDG and is currently approved by the National Security Agency for classified system use. Additionally, APRIVA will not allow other contractors to use APRIVA's proprietary design and intellectual property through a teaming or other agreement. APRIVA is, therefore, the only feasible source that can support the continued mission needs at current levels without unacceptable delays and significant duplication of costs. The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), only one responsible source and no other supplies or services will satisfy agency requirements. Companies that can provide this service must indicate their interest in writing within 3 business days of this advertisement. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1013-15-R-0001/listing.html)
 
Place of Performance
Address: The existing two entry points are separately located in St. Louis, Missouri, and San Antonio, Texas. Potential OCONUS locations will be in Wiesbaden, Germany and Hickam Air Force Base, Hawaii and potential CONUS locations at Mechanicsburg, Pennsylvania and Columbus, Ohio., United States
 
Record
SN03569340-W 20141109/141107234039-efa85c78bb79cba180606dd23d16b477 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.