SOURCES SOUGHT
69 -- P5 Data Security Module (DSM) - Sources Sought Questions and Answers - Sources Sought Synopsis
- Notice Date
- 7/3/2018
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8217-18-R-P5DSM
- Archive Date
- 11/1/2019
- Point of Contact
- Matthew John Loffredo, Phone: 8017778666
- E-Mail Address
-
Matthew.Loffredo@us.af.mil
(Matthew.Loffredo@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work. Sources Sought Details for P5 DSM RFI questions and answers from 7 March 2017. Sources Sought Synopsis questions from 2 July 2018. The AFLCMC (both HBZ Aerospace Dominance Enabler Division, Hill AFB UT and EBY Test and Training Division Range Systems Branch, Eglin AFB, FL) is conducting market research to determine potential sources for "P5 Data Security Module (DSM)". This Sources Sought Synopsis supersedes the posting at the below link and all inquiries shall be made to this posting: DO NOT USE LINK BELOW: LINK: https://www.fbo.gov/index.php?mode=form&id=75ce355cd304a891c4cd4f3cfbba13ff&tab=ntype I. Purpose: This is a Sources Sought Synopsis. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information for planning purposes only. This notice DOES NOT constitute a Request for Proposal (RFP), request for quote, invitation for bid, nor does it in any way restrict the Government to an ultimate acquisition approach. The Government encourages all responsible businesses, including small businesses, to respond to this RFI/SSS; however, the Government is not liable for any costs incurred by any respondent to prepare and/or submit its response to this RFI/SSS. The Government will not return submittals to the sender. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. SYNOPSIS: See SOURCES SOUGHT SYNOPSIS ATTACHED HEREIN PLANNED SYSTEM REQUIREMENTS: A) Utilize a UCDSMO-certified CDS or a derivative of a UCDSMO-certified CDS; B) Utilize a NSA-certified Type 1 encryption device. The Type 1 encryption device shall maintain an INFOSEC boundary physically & logically separate and distinct from the CDS; C) Field the UCDSMO-Certified CDS and NSA Certified Type 1 encryption device capability currently envisioned CY2020; D) The combined CDS (or a derivative of a CDS) and encryption device shall fit within the space allocation for the current DGP [approximately 6 inch (L) x 3.5 inch (H) x 4. (W) inch (with connectors) with an approximate weight of 3lbs]; E) The combined CDS (or a derivative of a CDS) and encryption device shall meet or exceed a predicted reliability of 30,000 hrs; F) The CDS (or a derivative of a CDS) and encryption device shall be interoperable with existing P5CTS USAF and USN Combat Training range infrastructure (e.g. Individual Combat Aircrew Display System (ICADS), Joint Display System, Electronic Warfare Server (EWS), Radiant Mercury); G) The encryption device shall operate at a data rate equal to or greater than 1 Gbps and support a common, open-standard interface (e.g., Ethernet); H) The AS with integrated CDS and encryption device installed shall remain capable of flight on currently certified airframes to include but not limited to F- 5, AV-8, F-15, F-16, A-10, B-52 and F-18 U.S; I) The integrated CDS and encryption solution(s) shall be cryptographically- interoperable with the F-35 Air Combat Training System (ACTS) encryption device; J) The solution shall be capable of providing an encryption and separate CDS capability to encrypt data while meeting all the following requirements: 1. Allow update of CDS technology without affecting separate encryption device certification; 2. The encryption engine/device shall have a current NSA certification and accreditation for Type 1 encryption; 3. The CDS shall have a current UCDSMO certification; 4. Form-factor adjustments to the NSA-certified encryption device and/or the UCDSMO CDS may be acceptable assuming modified device(s) only requires delta-certification; 5. Able to store the device as an unclassified Controlled COMSEC Item (CCI) when materials are removed and the system is powered off; 6. Keying material shall be Key Management Infrastructure (KMI) aware; 7. Capable of MIL-STD-810 qualification for temperature, humidity, vibration, altitude, shock and salt fog; 8. Capable of operating in a combat aircraft external captive store environment; and 9. Allow operating location personnel to update approved CDS rule set changes. K) The CDS shall contain a UHF/VHF Transmitter Circuit Card Assembly (CCA) that converts real-time kill notification (RTKN) messages received from the ADIU into audio messages for broadcast to the host aircraft. L) The Government has a requirement for integration of the CDS/Encryption into the P5CTS. Classification: Information associated with this effort is unclassified or classified up to, and including SECRET. If respondents wish to restrict distribution of documents, they must be marked appropriately. The Contractors shall mark all unclassified and classified responses accordingly and review to ensure consideration of operational sensitivities prior to submission. The Government will post responses to questions that are broadly applicable to all on the Federal Business Opportunities (FedBizOpps) website. The Government encourages unclassified responses to the maximum extent practicable. The Contractors must coordinate classified responses to ensure submittal through appropriate channels in advance of submittal with both AFLCMC/PZZKC, Mr.Matthew J. Loffredo, 6039 Wardleigh Rd. Bldg. 1206, Hill AFB, UT 84056, 801-777-8666 or Matthew.Loffreedo@us.af.mil Administration: Participation is strictly voluntary with no cost or obligation to be incurred by the Government. The Government will use your responses as part of market research for this acquisition. The Government must receive responses by 27 July 2018 of this RFI/SSS by 5:00pm Central Time (which is 4pm Mountain Time). At the sole discretion of the Procuring Contracting Officer (PCO), any responses received after this date and time may not be considered. Should any interested parties desire one-on-one discussions with the Government, include such a request in your response. Please address any comments and/or questions you may have regarding this RFI/SSS in writing by e-mail directly to the Mr. Matthew J. Loffredo, at Matthew.Loffredo@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8217-18-R-P5DSM/listing.html)
- Place of Performance
- Address: TBD based on market research, United States
- Record
- SN04978612-W 20180705/180703231031-edf2fa78d9b9ffe23a2bef8c3f6c0e83 (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 |