Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOURCES SOUGHT

59 -- Inline Encryption Capability for Data Storage & Recording Devices

Notice Date
6/27/2012
 
Notice Type
Sources Sought
 
NAICS
334113 — Computer Terminal Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-12-P7-ZD199
 
Archive Date
8/15/2012
 
Point of Contact
James Y. Wong, Phone: 301-757-6593
 
E-Mail Address
james.y.wong@navy.mil
(james.y.wong@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Department of the Navy (DON) is issuing this RFI to identify contractors capable of providing an off the shelf, NSA approved (up to Top Secret), inline encryption capability to support DON aircraft Data Storage & Recording Devices. THE DON WILL NOT AWARD A CONTRACT OR PAY FOR THE INFORMATION RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. The information received as a result of this request will serve as a market and technology survey to assist the DON in its strategy for developing the capability to protect classified, sensitive, or need-to-know information recorded onto an aircraft data recorders. 1 BACKGROUND: 1.1 The DON has an operational requirement to record Naval aircraft audio, parametric flight and maintenance data onto Crash Survivable Recorders (CSRs) and other data storage devices to perform various post flight analyses which aid in reducing lifecycle costs. This recorded information is potentially classified, always sensitive, and distributed on a need-to-know criteria, depending on the aircraft mission. Protecting the information from unauthorized disclosure is a derived requirement promoted in urgency by the increasing employment of data recording in all phases of aircraft operation. This RFI is seeking cost, schedule and performance information regarding Inline Encryption devices as a potentially non invasive, and thus economical solution to this data protection requirement. 1.2 CSRs present a unique challenge to data protection in that, they are designed to survive the destructive environment of an aircraft crash, with the unavoidable consequence that sensitive information is preserved in the unprotected, unsupervised environment of the crash scene. This information is then recoverable to the first passers by which are potentially unauthorized recipients, or even the enemy. The need to protect the information is thus obvious, with prior encryption of the data viewed as an attractive solution. 1.3 The DON is seeking a cohesive inline encryption solution to ensure that the information recorded, stored on, downloaded, or recovered from aircraft meet Information Assurance (IA) / Data At Rest (DAR) and Key Management requirements to protect classified, sensitive, or need-to-know information. The envisioned solution is a packaged and hardware based unit which connects inline Encryptors to existing equipment, without the need for internal modification to that existing equipment, thus presenting already encrypted data to the input of any storage device. The solution must provide for key management, long term storage, and external decryption of the data. 1.4 Although emphasizing inline encryption for CSRs, this RFI further seeks that potential solutions be adaptable to other data storage devices employing common data transfer protocols similar to those of existing CSRs. The DON is also interested in analog devices for the purpose of encrypting audio that has not been digitized. 2 REFERENCES: 2.1 DODI 8500.1 Information Assurance (06 Feb 2003) 2.2 DODI 8500.2 Information Assurance Implementation (06 Feb 2003) 2.3 CNO Naval Aviation Policy for aircraft safety systems avionics (OPNAVINST 13210.1A, N88, Sep 03 2009) 3 INLINE ENCRYPTION DEVICE REQUIREMENTS: 3.1 DODI 8500.1 & 8500.2 Information Assurance (IA) / (06 Feb 2003) In accordance with DODI 8500.01 Information assurance requirements shall be identified and included in the design, acquisition, installation, operation, upgrade, or replacement of all DoD information systems in accordance with 10 U.S.C. Section 2224, Office of Management and Budget Circular A-130, Appendix III, DoD Directive 5000.1, this Directive, and other IA related DoD guidance, as issued. 3.2 Product should support multiple interfaces There are a wide variety of data recording devices currently serving on military aircraft and those products share a similar range of interfaces. The inline encryption device shall support the commercially available interfaces and remain data agnostic. Some of these products include, but are not limited to; L-3s SRVIVR CVFDR, General Electric's VADR, DRS Technology's DFIRS, Honeywell's Advanced Integrated Recorders, Rockwell Collins' DTU-7000 and Physical Optics Corporation's AMDL/R. 3.3 Capability to transmit cleared and encrypted The inline encryption device should possess the ability to transmit clear data to aircraft data busses and transmit encrypted information to multiple data storage partitions on the recording devices and CSRs. 3.4 Electronic Key and Key Management This RFI does NOT want a physical key traveling with the aircraft. In the event of an aircraft crash, the data on the surviving storage devices and crash recorders and a physical encryption key could become compromised and used to decipher the data. 3.5 Data throughput and processing For potential solutions cited in response to this RFI, the data throughput of the device should be stated, specifically: 3.5.1 Data rate of receipt of clear text from digital data bus to transmit cipher text to storage device. 3.5.2 Data rate of receipt of cipher text from storage device to transmit clear text to digital data bus. 3.5.3 Analogous throughput capacities for analog signals as appropriate 4 CONTRACTOR QUALIFICATIONS 4.1 This RFI is open to small and large business concerns (integrator and/or manufacturer) for market research only to request input from potential providers of research and development in the areas of products, capabilities, concepts of operations needed to meet stated requirements. 4.2 Contractors may be required to sign Non-disclosure Agreements for some aspects of work planned under future efforts. 5 CONTEMPLATED REQUIREMENT 5.1 The purpose of this Request for Information (RFI) is to: 5.1.1 Gather industry information on the enclosed requirements 5.1.2 Identify systems that could meet or be modified to meet the required specifications 5.1.3 Request information on any industry changes or improvements that the DON should consider when looking to achieve products and capabilities that meet requirements and are compatible with the commercial environment. This is a Sources Sought/Request For Information (RFI) only. There will be no solicitation issued at this time. The Naval Air Systems Command (NAVAIR), Common Aircraft Recorder Technology (CART) Team (PMA209), is conducting a market survey to identify potential business sources that have the resources, capabilities and experience to procure and deliver a "Type A" Encryption Capability for Department of Navy Inline Data Storage and Recording Devices. This notice is being used for the purpose of determining market interest, availability and adequacy of potential business sources prior to establishing the method of acquisition and issuance of a Request for Proposal, including the use of any appropriate small business programs. All interested small, medium and large businesses (integrators and/or manufactures are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought/RFI. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought is strictly voluntary. This notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. It is the offeror's responsibility to monitor the federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information. SUBMISSION CONTENT: Written responses are requested to be no more than five (5) single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought/RFI is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of your company's past experience and performance of similar contracts for inline encryption, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of Aircraft recording devices, including Crash Survivable Recorders (CSR), and inline "Type A" encryption procurement. c) A summary of your company's capability and approach to meet the inline encryption requirements identified in the attachment to this announcement. d) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. SUBMISSION INFORMATION: Interested offerors shall respond to no later than 10:00 AM (Eastern) on 31 July 2012. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors may mail, fax, or email responses; EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SYNOPSIS. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF).  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-P7-ZD199/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN02787433-W 20120629/120627235104-d5f7c5bfa55205e491f2be30a7f50d89 (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.