Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2005 FBO #1312
SOLICITATION NOTICE

A -- AFRL/IFEB SECURE DATA COMMUNICATIONS SUPPORT (SDCS)

Notice Date
6/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8750-05-R-0026
 
Point of Contact
Robert Stadelmaier, Contract Specialist, Phone 315/330-1726, Fax 315/330-8178,
 
E-Mail Address
Robert.Stadelmaier@rl.af.mil
 
Description
The Air Force Research Laboratory, Rome Research Site (AFRL Rome) has a requirement for the continued enhancement and maintenance of software for Communications Support Processor (CSP) and extensions (CSP Message Interface [CMI], CSP to Defense Message System [DMS] Addressing Component [CDAC], Intelligence Community Multi-Function Interpreter [IC MFI], Decision Agent Bridge Application [DABA], and CSP to EVCP Bridge Application [CEBA]) according to Program Management Directive 0933(1)/03031290, "Defense Message System Air Force (DMS-AF)" and PMD 3038(9), "The Improvement of Selected Intelligence Data Handling Systems" dated 18 March 1992. More specifically, the CSP system is a component of Standard Record Communications Systems (SCS-49). The primary purpose of CSP has been to provide all required AUTODIN functionality for Intelligence Data Handling Systems (IDHS). The effort will include: (1) continue the enhancement and management for the CSP application and its extension; (2) support enhancements to existing communication and information transfer baselines including interoperability with DMS, DMS program office support, new network security requirements, Tactical user community; (3) test and integrate new hardware into the CSP hardware baseline for site upgrades as current systems become obsolete; (4) test CSP hardware and software at sites; (5) provide message Information Assurance (IA) through studies, software enhancement, and integration of Commercial-Off-The-Shelf (COTS) and Government-Off-The-Shelf (GOTS) products; and (6) provide IA related engineering services for messaging security for approval by national messaging approval authorities. While meeting the needs of the targeting community-at-large, unique Service capabilities must be provided and interoperability with legacy and evolving systems, data bases, and architectures must be maintained. Anticipated deliverables include computer software and technical documentation. An Indefinite-Delivery, Indefinite-Quantity (I.D.I.Q.) Cost Plus Fixed Fee (CPFF) - Completion type contract is contemplated with an ordering period of sixty (60) months. The maximum contemplated ordering amount is $49,900,000. The prime contractor and/or system integrators for this contract must have approximately 35 Top Secret SCI security clearances at the time of the award. Foreign participation is excluded at the prime contractor level. This effort is not set-aside for small business; full and open competition applies. The North American Industry Classification Systems (NAICS) code for this acquisition is 541710 and the size standard for small business is 500 employees. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). Performance will require knowledge/expertise in the following areas: (1) CSP and Tactical Communication Support Processor (TCSP) software configuration management, baseline maintenance, and enhancements, (2) DoD Intelligence Information System (DoDIIS) standard hardware, (3) Common User Baseline for the Intelligence Community (CUBIC) procedures, (4) Ada and C/C++ source codes, (5) Developing and conducting Automated Data Processing (ADP) security accreditation and DISA certification tests after system installation, (6) Capability to respond immediately to locations experiencing messaging-related problems, and (7) Develop, support, and maintain communications protocols with Triple DES (Digitally Encrypted Signature) to provide a capability for messaging systems to communicate via standard network Ethernet protocols. A technical read library relating to the subject area of this acquisition is available for review by potential offerors. Access may be gained by contacting the Program Manager, Ernie Walge, at (315) 330-2171 or 2530. The library contains sensitive technical data, therefore, prior to access being granted, respondents must submit a copy of an approved DD Form 2345, "Militarily Critical Technical Data Agreement," which certifies the respondent is on the Certified Contractor Access List (CCAL), along with a letter from the Data Custodian designated on that form, authorizing access by whomever will be reviewing the library, to the Program Manager, Ernie Walge, at Air Force Research Laboratory/IFEB, 525 Brooks Road, Rome, New York 13441-4505, or fax to his attention at (315) 330-2529. For further information on CCAL, contact the Defense Logistics Information Service at 1-877-352-2255 or on the web at http://www.dlis.dla.mil/jcp/. The draft Request for Proposal was posted on 20 June 2005 for review and comment by potential offerors. The formal solicitation is expected to be released by the beginning of the 4th quarter of the Government fiscal year 2005. When it is issued, the entire solicitation will be posted on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov. Select "Vendors", under Acronym select "USAF", at Air Force Material Command select "Locations", at AFRL Rome Research Site select "Posted Dates". The FedBizOpps offers a registration service that will send an email notification when a change is made to this announcement. To register, click on the "Register to Receive Notification" button at the end of this announcement in the FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective offerors interested in submitting a proposal for this solicitation must register by e-mail directly to the Contract Specialist at robert.stadelmaier@rl.af.mil in order to be placed on the List of Registered Parties. Include your company name, address, telephone number and point of contact, fax number, e-mail address, and Commercial and Government Entity (CAGE) code. The Contract Specialist will post this list on the FedBizOpps along with the solicitation to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contract Specialist should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Technical questions should be directed to the Program Manager via e-mail to ernst.walge@rl.af.mil or by phone at (315) 330-2171 or 2530. Contractual questions should be directed to the Contract Specialist, Bob Stadelmaier, via email to robert.stadelmaier@rl.af.mil or by phone at (315) 330-1726. Responses must reference the solicitation number, and contain the respondent's Commercial and Government Entity (CAGE) code, e-mail address, mailing address, and FAX number. See Numbered Note 26. All responsible sources may submit a proposal in response to the RFP which shall be considered. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLRRS/FA8750-05-R-0026/listing.html)
 
Record
SN00838427-F 20050630/050628212915 (fbodaily.com)
 
Source
FedBizOpps.gov 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.