Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
SPECIAL NOTICE

58 -- RFI: Air Force Cryptographic Modernization Multi-Level Security

Notice Date
2/21/2012
 
Notice Type
Special Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
RFI_MLS_0212
 
Point of Contact
LATOYA PAYNE, , Mark R. De La Rosa,
 
E-Mail Address
latoya.payne.1@us.af.mil, mark.delarosa@us.af.mil
(latoya.payne.1@us.af.mil, mark.delarosa@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Air Force Cryptographic Modernization Multi-Level Security (MLS) This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (Request for Information or Solicitation for Planning Purposes - Oct 1997) and is published only to obtain information for use by the United States Air Force Electronic Systems Center Cryptologic Systems Division (CPSD), Cryptographic Modernization Program Office (AF CMPO), Lackland Air Force Base, Texas, for market research and planning purposes only. This RFI is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation, it is intended for information or planning purposes only. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. The CMPO Multi-level Security (MLS) Team is updating its informational/knowledge base on MLS technologies, capabilities and products, to include NSA Type 1 certified products. In addition, the CMPO MLS Team is also interested in similar products that are undergoing NSA Type 1 certification or similar products in development. Please note: a. MLS platforms of interest include - desktops/laptops, handhelds/phones, servers and cloud infrastructure b. MLS components of interest include - secure network cards, secure operating systems, secure graphics cards, other secure peripherals c. MLS products - MLS technologies / capabilities built on a platform, component or Type 1 end cryptographic unit (ECU) d. MLS capabilities - the set of MLS products/platforms/components Please provide response to the following: 1) Identify and describe your company's existing NSA Type 1 approved MLS capabilities. 2) Identify and describe your company's existing TSABI approved MLS capabilities. 3) Identify and describe your company's existing SABI approved MLS capabilities. 4) Identify and describe your company's existing DOD DAA approved MLS capabilities. 5) Identify and describe any MLS products that are currently in the TSABI/SABI process. 6) Identify and describe any MLS capabilities that are developed, but not yet in the TSABI/SABI process. 7) What MLS capabilities are being developed by your company? 8) What future MLS capabilities will be developed by your company? 9) What government technology transition vehicles (JCTD participation, CRADAs or other pre-milestone A activities, SBIRs, MOAs, contracting vehicles, etc.) are available and useful for producing MLS capabilities? 10) Describe any challenges and roadblocks to accelerate the production of MLS capabilities within the next two years. 11) Describe investment dollars required for each development/certification described in your responses for questions 1-10. 12) Describe the percentages of investment dollars that will come from internal company research and development for questions 1-10. In addition to the above listed questions, please provide the following information: (13) Please provide your cage code and business size. (a)If you are a Small Business, do you also qualify under any of the sub-categories: 8(a), Small Disadvantaged Business, HUBZone, etc. (14) For small business consideration, would your firm be able to compete under NAICS 334111, 334210, 334220, 334290, 334419, 334511, 517919, or 561621? If not, why not? (15) Are you on one or more GSA schedules? If so, which one(s)? Please limit responses to no more than 5 pages technical plus 1 page company background, excluding answers to the CAGE, size, and small business questions above. Vendors who submit information for review do so with the understanding that U.S. Government personnel as well as their support contractors will review their material and data. Respondents will not be contacted regarding their submission or information gathered as a result of this notice nor the outcome of the Government's review of the solicited information unless the Government desires further information. Submitted information packages will be retained by the Government and not returned to the contractor. All interested, capable and responsible sources that wish to respond to this RFI are required to electronically supply their responses (.doc or.pdf format) in the order and format in which they are presented, to latoya.payne.1@us.af.mil and mark.delarosa@us.af.mil no later than 1600 hrs CST, 21 March. Telephonic responses will not be accepted. Electronic Media can be mailed to: Mr. Mark Delarosa Contracting Officer Email: mark.delarosa@us.af.mil Or Alternatively, USPS to the following address: ESC/HNCKA Contracting Division (Attn: Mr. Mark Delarosa) 230 Hall Blvd. Suite 114 San Antonio, Texas 78243-7007 In addition, if you have any specific questions (relating to the above referenced questions only) please submit them in written format to the Contracting Officer listed above. Responses to this RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/RFI_MLS_0212/listing.html)
 
Record
SN02679047-W 20120223/120221234125-51263ce7a568e11f8c2430e28ada2e50 (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.