SPECIAL NOTICE
58 -- Miniaturized Crypto Solutions
- Notice Date
- 11/21/2012
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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
- MINICRYPTO11212012
- Archive Date
- 1/1/2013
- Point of Contact
- LaToya Siples, , Lori Robarge,
- E-Mail Address
-
latoya.siples.1@us.af.mil, lori.robarge@us.af.mil
(latoya.siples.1@us.af.mil, lori.robarge@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) For Miniaturized Crypto Solutions 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 to obtain information for use by the Air Force Lifecycle Management Center (AFLCMC), Cryptologic Systems Division (CPSD), COMSEC Products Branch (HNCC), Joint Base San Antonio - Lackland, 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 only intended for information or planning purposes. 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 to this RFI may be requested to provide additional information/details based on their initial submittals. AFLCMC/HNCC requests industry provides information on Suite B based, NSA Type 1 (available and under development) certified or certifiable Miniaturized Cryptographic (MC) devices for Secret and Below information protection. The cryptographic device will need to be capable of meeting highly optimized Size, Weight, and Power (SWaP) constraints while supporting modest data throughput. AFLCMC/HNCC envisions MC to be an embeddable module, however alternate solutions may be considered for installation. Embedment/installation will be required to operate within a system employing advanced electronic technology. If possible, request your company address the following capabilities: • Throughput: Min / Max • Size: (W) x (L) x (H) - Total Solution (Min/Max) • Weight: Estimate (with and without shielding) • Power: Min / Max consumption • Key Management: Traditional Key Fill, Random Key Generation, Password of the Day • Key Management Protocols: Elliptical Curve Cryptography, Elliptical Curve Diffie Hellman, Elliptical Curve Digital Signature Algorithm, Random Key Generation, On Board Non Volatile Memory, Over The Air Keying, Over The Air Rekey • Cryptographic Algorithm: Advanced Encryption Standard (AES) (FIPS 197) • Key Length: 128 and 256 • Modes: CTR, GCM, CFB, CCM • Data Protection: Unclassified and Secret • Releasability: United States Military, Homeland Security (local/state/federal), Coalition, and Friendly Forces • Anti Tamper: Active and Passive • Zeroization: Event Based and On Command • Adaptability: Usable by multiple waveforms / communication systems • Maintanability: Support software / firmware updates • System Use / Handling: Uncleared and Cleared personnel / Non-CCI • Lifecycle: Single use, up to 10 years • Interfaces: Software / Firmware / Hardware • Environmental: Estimates on Salt, Sand, Humidity, Submersion, Cold, Hot, Shock, Vibration, Dust, and Mud • Security certification: NSA CHVP for SAB or FIPS 140-2, Security Level 3 or 4 Please provide your capabilities to provide such a device with respect to the following: 1. Describe what experience you have in developing certified encryption products, NSA Type 1 CCI, and / or NSA Type 1 Secret and Below (non-CCI/CHVP), or FIPS-140-2 Level 3 or 4? 2. What is your experience with developing embeddable solutions? 3. What pitfalls or potential problem areas do you foresee in fielding an embeddable solution (e.g., insufficient / poor documentation, parts obsolescence, software / firmware support and updates, etc.)? 4. Can you provide a Rough Order of Magnitude (ROM) cost estimate and schedule for solution to be production ready, inclusive of NSA Type-1 CHVP certified (when purchased in lots of 10,000)? 5. Identify key risk areas and mitigation strategies associated with meeting MC desired specifications and host integration. 6. The Government is contemplating the use of a cost sharing contract. Would your company be willing to participate in a cost-sharing contract? If so, of the ROM provided in question #4, how much would you be willing to cost share with the Government (e.g. ratio)? 7. Please provide your cage code and business size. o If you are a Small Business, do you also qualify under any of the sub-categories: 8(a), Small Disadvantaged Business, HUBZone, etc) 8. Would your company be willing to participate in an Industry Day? Submissions shall not exceed thirty (30) 8.5 X 11 inch, single-sided pages. 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.siples.1@us.af.mil and lori.robarge@us.af.mil no later than 1600 hrs CT, 17 December 2012. Telephonic responses will not be accepted. Electronic Media can be mailed to: Ms. Lori Robarge Contracting Officer Phone: (210) 925-1547 Email: lori.robarge@us.af.mil Or Alternatively, USPS to the following address: ESC/HNCKA Contracting Division (Attn: Ms. Lori Robarge) 230 Hall Blvd. Suite 114 San Antonio, Texas 78243-7007
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/MINICRYPTO11212012/listing.html)
- Place of Performance
- Address: N/A, N/A, United States
- Record
- SN02935744-W 20121123/121121234327-3d7f31a7552e531dbd46860db371c28c (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 |