DOCUMENT
58 -- CROSS DOMAIN SOLUTION - Attachment
- Notice Date
- 5/2/2012
- Notice Type
- Attachment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016412RJT59
- Response Due
- 6/20/2012
- Archive Date
- 8/6/2012
- Point of Contact
- Mr. Dan Seaman 812-854-8296 Mr. Dan Seaman, 812-854-8296
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. Naval Surface Warfare Center Crane intends to award a single 5-year, Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the fabrication of a Ground Based Operational Surveillance System (G-BOSS(E)) Cross Domain Solution (CDS) to include the ability for GBOSS(E) Heavy, Medium, and Lite systems to interface with the Command Operations Center (COC) and other specified data consumers. The CDS provides a one way transfer of G-BOSS data from the unclassified G-BOSS network (low side) to the classified G-BOSS LAN (high side). In addition to the hardware solution, the successful offeror will provide engineering support services, post award 24/7 telephonic technical support, software licenses, software upgrades and support, repairs, and technical data as required by the Statement of Work. This is a Full and Open Competition acquisition IAW FAR 6.101. All responsible sources may submit proposal, or quotation which shall be considered by the agency. The anticipated award date is in January, 2013. The IDIQ minimum is three (3) units and the maximum is 175 units over the entire ordering period of the contract. One (1) Product Bid Sample (PBS) will be required with submission of the offer. Testing of the PBS will be non-destructive. Unsuccessful offerors ™ PBS will be returned to the offeror via means pre-arranged by the offeror. The PBS shall function electronically the same as the final design. The CDS vendors shall participate in source selection demonstration testing. Each PBS test will last approximately one week. The test will validate/verify the performance specification requirements using live data. The CDS shall meet performance requirements detailed in the CDS performance specification and must meet National Security Agency (NSA) requirements for verification and validation. Source Selection Demonstration Testing shall occur at NSWC Crane Division, Crane, Indiana. The offeror is responsible for shipping their Product Bid Sample to and from the testing location. The offeror is not allowed to change the hardware and/or software during the CDS source selection evaluation. Inspection and acceptance will be at destination with FOB Destination to NSWC Crane Division, Crane, Indiana 47522-5001. The applicable NAICS Classification is 334511 and the U.S. Small Business Administration size standard is 750 employees. Contractors must be properly registered in the Government's Central Contractor Registration (CCR) and in the Joint Certification Program (JCP) in order to receive the solicitation attachments. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.bpn.gov/ccr/contractors.aspx. Information about the JCP is located at http://www.dlis.dla.mil. Questions or inquiries should be directed to Mr. Dan Seaman, Code CXMPXS, telephone 812-854-8296, fax 812-854-3465, e-mail andrew.seaman@navy.mil Complete mailing address is: Commander, NSWC Crane, ATTN: Code CXMPXS, Bldg. 64 Highway 361, Crane IN 47522-5001. Please reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RJT59/listing.html)
- Document(s)
- Attachment
- File Name: N0016412RJT59_12RJT59_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RJT59_12RJT59_syn.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016412RJT59_12RJT59_syn.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016412RJT59_12RJT59_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RJT59_12RJT59_syn.docx)
- Record
- SN02737793-W 20120504/120503000417-5859303377a385fd37dbeb38d6ddf971 (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 |