SOURCES SOUGHT
18 -- MILSATCOM Cryptographic Architecture and Interoperability Engineering Support Services
- Notice Date
- 6/24/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- 14-087
- Archive Date
- 7/23/2014
- Point of Contact
- Victor J. Vizcarra, Phone: 310.653.9477, Stacy Reed, Phone: 719-556-8751
- E-Mail Address
-
victor.vizcarra@us.af.mil, stacy.reed@us.af.mil
(victor.vizcarra@us.af.mil, stacy.reed@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- (1) Action Code: R - Sources Sought Synopsis (2) Date: 24 June (3) Year: 2014 (4) Contracting Office Zip Code: 80914 (5) Classification Code: R - Professional, Administrative and Management Support Services (6) Contracting Office Address: 1050 East Stewart Avenue, Building 2025, Peterson Air Force Base (AFB), CO 80914-2092 (7) Subject: MILSATCOM Cryptographic Architecture and Interoperability Engineering Support Services (8) Proposed Solicitation Number: Not Applicable (N/A) (9) Closing Response Date: 08 July 2014 (10) Contact Point or Contracting Officer: Mr. Victor Vizcarra, Contract Specialist, SMC/PKJ E-mail: Victor.Vizcarra@us.af.mil, Phone: 310-653-9477 and/or Ms. Stacy Reed, Contracting Officer, SMC/PKJ E-mail: Stacy.Reed@us.af.mil, Phone: 719-556-8751 (11) Contract Award and Solicitation Number: N/A (12) Contract Award Dollar Amount: N/A (13) Contract Line Item Number: N/A (14) Contract Award Date: N/A (15) Contractor: N/A (16) Description: Space and Missile Systems Center (SMC)/Military Satellite Communications (MILSATCOM) Logistics and Operations Support Division (SMC/MCL), located at Peterson AFB, Colorado is contemplating the award of a cryptographic architecture and interoperability engineering advisory and assistance services support contract. This planned new effort will replace the work currently being performed under the Cryptographic Architecture Modernization and Interoperability Engineering (CAMIE) task order with WPL, Incorporated, which is scheduled for completion December 31, 2014. Specific contract requirements include, but are not limited to performance of the following: - Feasibility studies and trade analyses with respect to the interoperability and integration of current legacy, modernized, and proposed future MILSATCOM cryptographic architectures; - Identification and resolution of current and future MILSATCOM cryptographic architecture interoperability or integration problem areas; - Expert-level MILSATCOM systems-level engineering guidance, technical consultation, and advisory services for current legacy, modernized and proposed future MILSATCOM cryptographic architectures; - Laboratory MILSATCOM cryptographic architecture (hardware, software, Communications Security (COMSEC) / Transmission Security (TRANSEC) keying material, etc.) systems integration and interoperability support; - Provision of expert-level MILSATCOM specific cryptographic architecture expertise to a variety of technical forums in support of the daily activities associated with the sustainment of MILSATCOM systems and components. All personnel performing this effort must maintain Top Secret (TS) security clearances, with a minimum of four personnel required to maintain TS/ Sensitive Compartmented Information (SCI) clearances. Contractors should include the following information, at a minimum, as part of their Statement of Capability (SOC): Relevant experience and expertise, with respect to: - MILSATCOM missions, systems, equipment, and operations; - MILSATCOM overall architectural design (systems, segments and elements); - MILSATCOM cryptographic design, devices and architectures (legacy, modernized and future); - MILSATCOM systems and cryptographic architectures interoperability (specifications, test and operational requirements); - MILSATCOM systems COMSEC/TRANSEC keying material and equipment specifications and requirements; and - MILSATCOM overarching systems' engineering and systems' architectures, interoperability and integration requirements. (17) Place of Contract Performance: Primary contract place of performance is at the Centralized Integration Support Facility (CISF), Peterson AFB, Colorado. (18) Set-aside Status: N/A (19) North American Industry Classification System (NAICS) Code: 541712 Research and Development in the Physical, Engineering, and Life Sciences except Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts. In addition, the classification code is R414. Interested parties are invited to submit an unclassified SOC within 10 calendar days of this announcement addressing the capability to satisfy the above requirements to: SMC/PKJ, Attn: Victor Vizcarra, 483 N. Aviation Blvd., El Segundo, CA 90245-2808. 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) Experience and expertise in the areas described above and; 4) Capability to fully satisfy the Government's 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: Ms. Olalani Kamakau, SMC/PKC, (310) 653-1185.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/14-087/listing.html)
- Place of Performance
- Address: Centralized Integration Support Facility (CISF), Peterson AFB, Colorado, 80914-2092, Peterson Air Force Base, Colorado, 80914-2092, United States
- Zip Code: 80914-2092
- Zip Code: 80914-2092
- Record
- SN03404063-W 20140626/140625021728-41c779c3ced7469da4f9f679c6595e2e (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 |