SOURCES SOUGHT
J -- MILSATCOM Protected Terminals Cryptographic Modernization Initiative (CMI) Installations
- Notice Date
- 9/12/2012
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- CMI12Sep12
- Archive Date
- 10/12/2012
- Point of Contact
- Russell J, Shaw, Jr., Phone: 7195567341, James D. Swartz, Phone: 7195560612
- E-Mail Address
-
russell.shaw@us.af.mil, james.swartz@peterson.af.mil
(russell.shaw@us.af.mil, james.swartz@peterson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Cryptographic Modernization Initiative (CMI) is a program fulfilling a need to modernize legacy cryptographic equipment. CMI affects all MILSATCOM systems and impacts secure voice and data communications. The primary function of this effort is to acquire support to field, integrate, and test upgraded cryptographic equipment to include the KIV-7M, associated cables, and related ancillary equipment into the existing Air Force Command Post Terminals (AFCPTs). Contractors shall be required, upon award, to have Top Secret security clearances. Contractor shall be required to travel to all AFCPT sites to install and test all equipment necessary to accomplish this effort. The contractor shall provide technical expertise in analyzing and resolving system anomalies, minimizing system downtime, and ensuring secure operational communications capability during fielding of cryptographic equipment. The contractor shall be responsible to test and verify full terminal operation over all active services, networks and beams upon completion of the cryptographic equipment modernization. These networks include, but are not limited to: Integrated Tactical Warning and Attack Assessment (ITW/AA), Very Survivable Data Network (VSDN), and Sensor Survivable Data Network (SSDN). In addition, the contractor shall migrate the current Milstar communications architecture to Milstar Discrete Services (MDS) utilizing double encryption architecture at all sensor sites, correlation centers, and Milstar-capable forward users. The basic period of performance is anticipated to be twelve months, with two (2) three-month options through FY14. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be in the September-October 2012 timeframe. List of Acronyms: AFCPT Air Force Command Post Terminals CMI Cryptographic Modernization Initiative ITW/AA Integrated Tactical Warning and Attack Assessment MAFTRS Milstar Air Force Remoting System MDS Milstar Discrete Services MILSATCOM Military Satellite Communications MMA Milstar Messaging Application NAICS North American Industry Classification System RFP Request for Proposal SOC Statement of Capability SSDN Sensor Survivable Data Network TDSPP Time Distribution Subsystem Pre-Processor VSDN Very Survivable Data Network Interested parties are invited to submit an unclassified Statement of Capability (SOC) within 15 calendar days of this announcement addressing the capability to satisfy the above MILSATCOM Protected Terminals CMI Installations requirements to: SMC/PKL, Attn: Russell J. Shaw, Jr., Contracting Officer, 1050 E Stewart Avenue Bldg 2025, Peterson AFB, CO 80914-2902 (e-mail: russell.shaw@us.af.mil). Oral communications are not acceptable. All SOC responses will not exceed 10 single-sided pages and must conform to 8.5 x 11-inch pages with font no smaller than 12-point and a minimum of 1-inch margins. The SOC must include the following information: 1) Company name, mailing address, points of contact (including position within company), telephone numbers, and email addresses; 2) Business size classification (large, small, or other) and type of business (Large, Small, etc.); 3) Include the following as part of the SOC: Describe relevant past experience with removing, installing, troubleshooting and operating AFCPT; to include associated baseband and remoting equipment. (The existing baseband equipment includes, but is not limited to, Milstar Messaging Application (MMA) and TDSPP. The existing remoting equipment includes, but is not limited to, Milstar Air Force Remoting System (MAFTRS), TimePlex, and the Juniper remoting systems.) ; 4) Capability to fully satisfy the Government's performance requirements described above. All responsible sources may submit a SOC, which will be considered. Responses from small business and small disadvantaged business firms are highly encouraged. If your company is interested only in subcontracting possibilities, please indicate this clearly in your SOC submission. This synopsis is for information and planning purposes only; it does not constitute an RFP. Any information submitted in response to this synopsis is strictly voluntary. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. Any response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not recognize any cost associated with the submission of a SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Mr. James Gill, SMC/PK, (310) 653-1789.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/CMI12Sep12/listing.html)
- Place of Performance
- Address: Multiple field sites requiring CMI installation, United States
- Record
- SN02879018-W 20120914/120913000214-a34f404143f674b1ffde6fb0085e2dc6 (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 |