SOURCES SOUGHT
16 -- P5 Combat Training System (P5CTS) System Security Upgrade (SSU)
- Notice Date
- 7/13/2020 2:13:25 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA8210 AFLCMC PZZK HILL AFB UT 84056-5838 USA
- ZIP Code
- 84056-5838
- Solicitation Number
- FA8210-20-P5CTS_SSU_(RFI_and_Sources_Sought_Synopsis)
- Response Due
- 7/28/2020 2:00:00 PM
- Archive Date
- 08/12/2020
- Point of Contact
- Sean M. Jones, Phone: 8015863465, Carlos Michel, Phone: 8017776077
- E-Mail Address
-
sean.jones.2@us.af.mil, carlos.michel@us.af.mil
(sean.jones.2@us.af.mil, carlos.michel@us.af.mil)
- Description
- P5 System Security Upgrade (SSU) � � Combined Request for Information/Sources Sought: � Procurement Type: Sources Sought Date Posted: July 13, 2020 Title: P5 Combat Training System (P5CTS) System Security Upgrade (SSU) � Solicitation Number:�������������������������������� ����������������������������� Notice Type: FA8210-20_P5CTS_SYS_SEC_UPDATE������� ������������Request for Information (RFI)/Sources Sought Synopsis (SSS) � NOTICE: � This is not a solicitation but rather a combined RFI and SSS to determine potential sources for information and planning purposes only. � The purpose of this SSS is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� The proposed North American Industry Classification Systems (NAICS) Code is 334511, which has a corresponding Size standard of 1,250 employees.� The Government will use this information to determine the best acquisition strategy for this procurement.� The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.� The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.� Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. � SYSTEM DESCRIPTION: The P5 Combat Training System (P5CTS) provides realistic air combat training to the warfighter and employs instrumentation on high activity participant aircraft and Ground Subsystem (GS) components. The System contains an air-to-air data link for sharing participant Global Positioning System (GPS) based time-space-position information. The Airborne Subsystem (AS) transmits state vectoring information for aircraft motion and location generated from GPS tracking and provides real time kill notification based on Government-furnished weapon simulations. The system is capable of employing Government-furnished weapon simulations IAW Government interface control documents (ICDs). The system includes two AS configurations, AN/ASQ-T50(V)1 and AN/ASQ-T50(V)2. The two configurations are identical except for the AN/ASQ-T50(V)2 configured AS includes a carrier-qualified forward hanger that meets vibration and shock requirements imposed by the F/A-18 wing tip environment. The AS may operate in a completely autonomous (rangeless) mode or a Live Monitor (LM) mode with uplink control. The AS is packaged in a 5-inch diameter stainless steel tube that resembles an Air Interceptor Missile (AIM)-9 Sidewinder missile. The Ground Subsystem (GS) currently includes four configurations: Transportable Ground Subsystem (TGS) with and without LM �(AN/GSQ-T105 and AN/GSQ-T104); Portable Ground Subsystem (PGS) (AN/PSQ-T3); and, Fixed Ground Subsystem (FGS) (AN/GSQ-T106). The concept of operations at fielded locations is a major factor in facilitating joint training and providing interoperability with other services and coalition partners. The system enables interoperability through its ability to post-mission merge P5CTS data with data from other Air Combat Training Systems (ACTS) and present the merged data in a post-mission debrief. � DATA: � The Government controls some technical data to include Interface Requirement Specification (IRS), (see Section 8, sub-Section E below). The Government has not received a complete P5CTS Technical Data Package (TDP).� The original Prime Contractor and/or its Subcontractors control design data. � GOVERNMENT SSU REQUIREMENTS � Because the P5CTS is expected to remain in service until 2030, cybersecurity must be addressed. In order to meet current cybersecurity requirements and provide for future implementation of Proficiency Based Training, a security upgrade must be completed.� The Government requires implementation of a shop-replaceable kit that consists of a National Security Agency (NSA)-certified Type 1 encryption device, a (National Cross Domain Solution Management Office (NCDSMO)-certified Cross Domain Solution (CDS) or CDS derivative that functionally serves as the RED (Classified)/BLACK (Unclassified) signal interface point, and a modified P5 AS End Cap.� The encryptor and CDS must be currently certified and require no, or only minor, configuration modifications to adapt to the AS to fulfill the immediate operational need and begin fielding the kits within 18-24 months. �To provide maximum flexibility and simplify �future recertification efforts, the encryptor and CDS are required to be certified separately for a MLS application and independently updated. The Government requires the encryption device and CDS, combined, to meet size, weight and power (SWaP) constraints and operate in place of the current Data Guard Processor (DGP). Currently the AS's DGP performs a data guard function and serves as the RED/BLACK signal interface point between the Advanced Data Interface Unit (ADIU)� and the Data Link Transmitter (DLT) data and audio transmitter interface. The CDS must maintain the Red/Black separation capability of the DGP and also meet current NSA requirements to prevent unencrypted classified (up to the classification level SECRET) and sensitive, but unclassified, information from being transmitted over the data link.� The P5 AS End Cap requires modification to support the encryption capability in accordance with the program System Requirement Document (SRD) and Interface Assurance Systems Requirement Document (IASRD).� The Government-previously developed a Digital End Cap Assembly �modification� TDP which will be made available to the Contractor for use at their discretion.� The Contractor shall deliver an End Cap as part of each kit, and a TDP based on the final product configuration. � PLANNED SYSTEM REQUIREMENTS: � Utilize a NSA-certified MLS Type 1 encryption device. The encryption device shall be capable of a minimum of four (4) levels of security (For Official Use Only, Secret, Secret � NOFORN, Secret � Coalition).� The Type 1 encryption device shall be capable of being certified and updated separately from the CDS; Utilize a NSA-certified CDS which is updated separately from the encryption device. Field the NSA-certified CDS and NSA-certified Type 1 encryption device capability currently envisioned CY2023; The combined 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] and operate using the power available from the exisiting power supplies; The NSA-certified�Type�1 encryption device and NSA-certified CDS shall meet or exceed a predicted reliability of 30,000 hrs; The NSA-certified�Type�1 encryption device and NSA-certified CDS shall be interoperable with existing P5CTS United States Air Force (USAF) and United States Navy (USN) Combat Training range infrastructure (e.g. Individual Combat Aircrew Display System (ICADS), Joint Display System, Electronic Warfare Server (EWS), Radiant Mercury (RM); The encryption device shall operate at a data rate equal to or greater than 100 Mbps and support a common, open-standard interface (e.g., Ethernet); The AS with NSA-certified�Type�1 encryption device and NSA-certified CDS 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; The integrated NSA-certified�Type�1 encryption device and NSA-certified CDS solution(s) shall be cryptographically-interoperable with the F-35 Air Combat Training System (ACTS) encryption device and maintain backward compatibility with the interface requirement specifications developed for P5CTS Bock 4/4A and Spectrum Reallocation efforts; The solution shall be capable of providing an encryption and CDS capability to encrypt data while meeting all the following requirements: Able to store the device(s) as an unclassified Controlled COMSEC Item (CCI) when materials are removed and the system is powered off; Keying material shall be Key Management Infrastructure (KMI) compatible; Keying procedures of the AS shall not require additional maintenance actions once the AS is loaded on the aircraft including instances when the power is cycled. Capable of MIL-STD-810 qualification for temperature, humidity, vibration, altitude, shock and salt fog; Capable of operating in a combat aircraft external captive store environment; and Allow operating location personnel to update approved CDS rule set changes. � The modified end cap solution shall meet the NSA requirements of an encryption device as defined in the Technical Security Requirements Document (TSRD) and IASRD. Perform integration of the Encryption/CDS into the P5CTS airborne subsystem. � �STATEMENT OF CAPABILITIES (SOC): Each respondent is requested to submit a SOC that provides specific, relevant evidence demonstrating knowledge and experience or capability in the areas listed below as it pertains to satisfying requirements for this Sources Sought. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. This is a SOC request for planning purposes. Respondents shall address their ability to meet requirements and provide past experience or capability on similar encryption/CDS government contracts within the past 10 years, addressing security, technical key attributes/requirements, and integration with airborne/ground systems; Include specific systems and experience working with NSA; Include specific systems and experience certifying Type-1 Encryption; Include specific systems and experience certifying CDS; and Include current applications of potential solutions as well as the maturity of those applications. Respondents shall indicate whether or not they would be willing to partner with other companies as prime/sub Address each System Requirement, Section 5 (a) through (l) above, in separate identifiable paragraphs with the requirements listed above; Address the following program office concerns and provide further details: Provide a detailed description of the NSA-certified�Type�1 encryption device and NSA-certified CDS that meet the requirements requested in this SSS. If no significant redesign or hardware development is required, form factor adjustments may be acceptable assuming the devices are already NSA certified and delta-certification is all that is required Provide specific information on any form factor changes that may be required Provide specific details concerning possible solutions that do not require a hardware CDS.� Is there a software solution that can perform the same functionality of a hardware CDS? If so, provide details on system capabilities, advantages, disadvantages or weaknesses, and certification path Provide specific information on the AS encryption keying mechanism including the expected operational implementation Provide information on changes that may be required to support Foreign Military Sales/Direct Commercial Sales (FMS/DCS) exportability; (Note, if multiple solutions are available at the same cost and USAF/USN performance, please include information on those which satisfy exportability concerns involving FMS/DCS; note this is not a requirement to make it exportable at this time) Respondents may be requested to provide additional information/details based on their initial response. Respondents are encouraged to respond with information not constrained by proprietary rights. However, if proprietary data is included in your reply, please mark it appropriately. AFLCMC/HBZPB uses technical and programmatic support contractors in fulfilling its mission requirements to include review of these capabilities submittals. These constraints contain an organizational conflict of interest clause that requires the service contractors to protect the data and prohibits the contractors from using the data for any purpose other than for which the data was presented. � SOC FORMAT: Interested parties are requested to submit their SOC in the form of a white paper. The Government anticipates that the SOC can be responsive in as little as 20 pages (to include cover page, appendices, tables and figures) and requests text no less than 12-point font (Arial or New Times Roman), 1.0 line spacing, and a minimum of one-inch margins in Microsoft Word, Adobe PDF or compatible format. Number and title each paragraph in your response to align with each subparagraph in the section above, ensuring that all capabilities of the Government's system requirements are addressed. If no experience/capability, indicate same in your response. � FORMAT WHITE PAPERS AS FOLLOWS:� � Section A: Title; Name of Company; Name; Telephone Number; Email Address for a Point of Contact; Contractor Commercial and Government Entity (CAGE) Code; Data Universal Numbering System (DUNS) number in the capability package and indicate company category (e.g., a US company large business, small business, small disadvantaged business or woman owned small business) as described by NAICS code 334511. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Those desiring to do business with the Air Force must be registered in the Governments System for Award Management System (SAM) located at https://beta.sam.gov. Section B: Background: Provide a brief history highlighting your past experience or capability designing, developing, testing, producing encryption devices and CDS, plus your experience with ACTS. Interested parties shall respond based on all paragraphs above and identify number of years and specific systems. Section C: Experience/Capabilities: In chronological order with the system requirements Section 5 listed above (a) through (l), identify whether or not your solution meets each requirement. If you are currently undergoing accreditation/ certification, please provide a status, cost and schedule for completion along with NSA Client Advocate Point of Contact (POC) to the Government for verification. Also identify and substantiate your technology/manufacturing readiness level for the proposed solutions. Section D: Data Rights: Clearly identify all data rights assertions along with justification on any and all software, hardware, drawings and data that would be included with this offer. Section E: Integrate the CDS and encryption solution(s) into the current P5CTS: Provide a list of integration options (such as your integration, P5CTS Original Equipment Manufacturer (OEM) integration, etc.) If your team cannot integrate, please still submit a response to this synopsis, as the government is researching market capabilities. Provide envisioned risks based on your approach with mitigating steps. Only the following non-proprietary data would be available: DGP data, system specification, AS specification, AS interface requirements specification, GS interface requirements specification and the End Cap. At the time of RFP, the Program Office will establish a bidder�s library and make it available to interested pre-qualified sources. The bidder�s library can only be released to the Data Custodian identified on the Joint Certification Program (JCP) website.� A new DD2345 must be completed if the person identified on the JCP has changed, or there may be a delay in information being released when the RFP is posted.� The JCP website is https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx. The OEM and/or its sub-contractors claim proprietary rights to system design and reproduction. Section F: Workarounds: See the requirements section above for description of the limited conditions where form-factor only changes to a fully-accredited/certified production-ready CDS/encryption unit is allowable. Section G: Schedule (as applicable) as described in the requirements section above. As a minimum, include major milestones such as projected delta certification date(s). CLASSIFICATION: � Information associated with this effort is unclassified or classified up to, and including SECRET. If respondents wish to restrict distribution of White Papers, 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 https://beta.sam.gov/ 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. Sean Jones, 6039 Wardleigh Rd. Bldg. 1206, Hill AFB, UT 84056, 801-586-3465 and AFLCMC/PZZKC, Mr. Carlos Michel, 6039 Wardleigh Rd. Bldg. 1206, Hill AFB, UT 84056� 801-777-6077 � �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 28 July 2020 from posting of this RFI/SSS by 1500 hours (3:00 pm 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/SS by e-mail (preferred) directly to the Mr. Sean Jones (sean.jones.2@us.af.mil) and Mr. Carlos Michel (carlos.michel@us.af.mil). Interested parties may submit Capability Statements and/or questions in writing electronically to Mr. Sean Jones and Mr. Carlos Michel. Please annotate the subject line of e-mail responses as: �P5CTS SSU Response.� If this subject line is not included, the e-mail may not get through e-mail filters at Hill AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xlsx, or .xls documents are attached to your email. All other attachments may be deleted. Ensure office attachments do not contain macros; otherwise, Air Force network security will block macro-enabled attachments.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e29b39d8341145ecb3d8fbff8132cb9a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05719625-F 20200715/200713230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |