Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOURCES SOUGHT

59 -- Next Generation Load Device-Medium (NGLD-M) - NGLD-M PWS & RFI

Notice Date
7/11/2018
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T18RNGLDM
 
Archive Date
8/16/2018
 
Point of Contact
Todd M. Strasavich, Phone: 4438614959, NIKEENA S. BROWN, Phone: 4438614945
 
E-Mail Address
todd.m.strasavich.civ@mail.mil, nikeena.s.brown.civ@mail.mil
(todd.m.strasavich.civ@mail.mil, nikeena.s.brown.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NGLD-M RFI NGLD-M PWS REQUEST FOR INFORMATION (RFI) ONLY THIS IS NOT A REQUEST FOR PROPOSAL THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME 1.0 Description 1.1 The United States Army Project Lead Network Enablers (PL Net E), Product Lead COMSEC (PdL COMSEC) is seeking information on how an interested contractor would manufacture the Army's Next Generation Load Device-Medium (NGLD-M) from a Government provided Technical Data Package (TDP). This effort will also include services such as: engineering, acquisition, logistics and sustainment. The NGLD-M will be a National Security Agency (NSA)-certified cryptographic key loader device that replaces current load devices and provides modern Key Management Infrastructure (KMI) capabilities. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is subject to the provisions of FAR 52.215-3, and is issued solely for information and planning purposes. This RFI does not constitute a Request for Proposal (RFP) nor is it a promise to issue an RFP in the future. Solicitations are not available at this time; Requests for Solicitations will not receive a response. This RFI does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will the United States Government compensate any respondent for any cost incurred in developing information provided. Furthermore, the Army is not seeking proposals at this time nor will the United States Government accept any unsolicited proposals. Not responding to this RFI does not preclude participation in any future RFPs, if any are issued. If a solicitation is released, solicitations will be synopsized on the Federal Business Opportunities (FedBizOpps) website. Potential offerors have the responsibility to monitor the FedBizOpps website for additional information or opportunities pertaining to the NGLD-M requirement. 2.0 Background PL Net E is fulfilling the Army's requirement for Next Generation Load Device (NGLD) Family Capabilities Production Document (CPD) requirements. The Army intends to replace the current Simple Key Loader (SKL) device with the NGLD-M device due to obsolescence issues related to the cryptographic engine and the addition of KMI capabilities. The United States Army Communications-Electronics Research, Development and Engineering Center (CERDEC) is currently developing the Reprogrammable Single Chip Universal Encryptor (RESCUE) which will provide KMI capabilities and modernize various capabilities for a number of other Army cryptographic devices. PdL COMSEC is developing the KMI functionality and modernizing the cryptographic device via an implementation of the RESCUE, that when combined with Ethernet functionality, comprise the NGLD-M. The NGLD-M will be a NSA Type 1 certified fill device capable of receiving key and mission data from Army Key Management Infrastructure (AKMI) Tier 0 through Tier 3, as well as from the NSA Key Management Infrastructure (KMI). The NGLD-M will also be capable of interfacing with the Management Client (MGC), Delivery Only Client (DOC), and specific Mission Planning Management Support Systems (MPMSS). The NGLD-M will be a KMI-Aware and Product Delivery Enclave-Enabled (PDE-Enabled) device capable of connecting and receiving key material, applications, and other KMI products. 2.1 Delivery Periods: SEE TABLE IN ATTACHED RFI 3.0 Requested Information PdL COMSEC is requesting information on a contractor's ability to manufacture the NGLD-M and provide services including: engineering, acquisition, logistical and sustainment services. Please review the attached Performance Work Statement (PWS) for further information regarding the scope of work. 3.1 Section 1 Section 1 of the white paper shall provide administrative information. The number of pages in Section 1 of the white paper shall not be included in the 20 page limitation, i.e. the 20 page limitation applies only to Section 2 of the white paper. Section 1 shall include the following as a minimum: 3.1.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 3.1.2 Recommended contracting strategy. 3.1.3 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 334220, RADIO AND TELEVISION BROADCASTING AND WIRELESS COMMUNICATIONS EQUIPMENT MANUFACTURING. "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates with a Size Standard of 1250. Responders are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. 3.1.4 Provide your company's North American Industry Classification System (NAICS) code(s) as it relates to this effort. 3.1.5 This effort is projected to require a secret or higher facility clearance. Please describe your company's current facility clearance level. If you company does not possess a secret or higher facility clearance, please describe your company's process for obtaining a secret clearance by the date of proposal submission. 3.2 Section 2 Section 2 of the white paper shall answer the questions/topics of interest addressed in paragraph 3.2 of this RFI and shall be limited to 20 pages. The synopsis should provide evidence of vendor experience and briefly summarize the capabilities of the vendor to support the system cited above. The synopsis should also reflect the vendor's previous demonstrated performance in managing and supporting similar systems comparable in size and complexity. Potential respondents shall answer the following questions and/or provide the requested data: 3.2.1 Describe your company's experience in the area of Key Management, relative to NSA Type1-Certified fill devices by listing contracts where your company was either a Prime or a Subcontractor and what production and services support your company provided under the contract. Provide examples and include contract number(s) and value(s), government/agency point of contact, email, address, phone number and time lines of such work. 3.2.2 Describe your experience with producing and sustainment of NSA Type 1-Certified products. 3.2.3 Describe your recommended labor categories and estimated hours that would be assigned to this project for this effort. 3.2.4 What information, technical or otherwise, would your company need in order to propose on a solicitation for this effort? 3.2.5 Describe any risks you foresee in executing this requirement and your risk management strategy. 3.2.6 Please describe your existing test facilities in terms of capabilities to include testing NSA Type 1-Certified products. 3.2.7 Describe your ability to produce military grade electronics which meet the environmental standards of the Army (i.e. MIL-STD-810G). 3.2.8 If your company is a current accredited Trusted Foundry under the Defense Microelectronics Agency (DMEA) Trusted Foundry program, please provide your accreditation documentation. 3.2.9 Describe your strategy for production of the NGLD-M. 3.2.9.1 What are your production capabilities and anticipated capacity in relation to time? 3.2.9.2 What production costs are associated with ramp-up? 3.2.9.3 What is your anticipated ramp up time upon contract award? Provide a timeline of your ramp-up, including NSA certification. 3.2.9.4 What is your strategy for a gap in delivery orders? 3.2.9.5 What is your supply chain management process? 3.2.9.6 How do you select vendors and sub-contractors? 3.2.10 Describe your past performance with producing products from Government-owned drawings. 3.2.11 Describe your quality control programs/processes. Include any of your company's quality-related certifications. 3.2.12 Describe your experience interfacing with DoD Organic Depot Support. 3.2.13 Do you have an accredited network for handling classified information and if so, what is the highest classification level of data the network can protect? 3.2.14 What type/s of software does your company utilize to read and manipulate engineering drawings? 3.2.15 Describe your company's experience with programming environments. 3.2.16 Describe your company's experience with export licenses. 3.2.17 What is your company's approach in regards to sustainment of a Type-1 Certified Device, or other device/system, including in-and-out of warranty repairs, software updates and provisioning? 3.2.18 Describe your company's warranty policy and warranty management systems. 3.2.19 Describe your company's processes for identifying component obsolescence and actions taken to minimize the impacts to production and follow-on sustainment spares deliveries. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 2013 compatible format are due no later than 01 August 2018 11:59 pm (EST). Responses to this RFI shall be submitted in Times New Roman, 12 point font and should contain a Title Page (Section 1) and a Synopsis (Section 2). Responses shall be limited to 20 pages for Section 2 and submitted via e-mail only to Nikeena S. Brown, Nikeena.S.Brown.civ@mail.mil and Todd M. Strasavich, Todd.M.Strasavich.civ.@mail.mil. 4.3 Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 5.0 Industry Engagements Government representatives may or may not choose to meet with potential offerors. Such meetings would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist, Todd M. Strasavich at: Todd.M.Strasavich.civ@mail.mil and the Contracting Officer, Nikeena S. Brown, Nikeena.S.Brown.civ@mail.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities website at https://www.fbo.gov; accordingly, questions shall NOT contain proprietary or classified information. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can produce and manufacture the NGLD-M and provide services for the replacement of the SKL, based on specifications provided by PdL COMSEC. The information provided in this RFI is subject to change and is not binding on the part of the Government in any way shape or form. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. In addition, all information submitted in response to this RFI become Government property and will not be returned in whole or in part.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/705c0a021e7cc8a40376fc7a7ad30281)
 
Record
SN04987351-W 20180713/180711231142-705c0a021e7cc8a40376fc7a7ad30281 (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.