SOURCES SOUGHT
K -- Request for Information Sensitive Compartmented Information Facility (SCIF) Manufacturing for Department of Navy
- Notice Date
- 5/14/2024 5:00:26 AM
- Notice Type
- Sources Sought
- NAICS
- 3362
—
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- SKIFRFIN00421051424
- Response Due
- 6/7/2024 12:00:00 PM
- Archive Date
- 06/22/2024
- Point of Contact
- Joseph Perry, Phone: 2403175192, Ashley Wingfield
- E-Mail Address
-
joseph.w.perry63.civ@us.navy.mil, ashley.wingfield@navy.mil
(joseph.w.perry63.civ@us.navy.mil, ashley.wingfield@navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE.� The Naval Air Systems Command (NAVAIR) is requesting information pertaining to industry capability of manufacturing Sensitive Compartmented Information Facilities (SCIFs).� The purpose of this RFI is to perform market research to understand the current available SCIF solutions and support the development of appropriate acquisition strategies for current and future requirements. The Naval Air Warfare Center Aircraft Division (NAWCAD) at Naval Air Station Patuxent River, under the Digital Analytics Infrastructure and Technology Advancement (DAiTA) Group in coordination with the Naval Sea Warfare Center Dahlgren Division (NSWCDD), is conducting market research into fixed and temporary SCIF�s that are capable of ICD-705 certification. The Government considers this to include - Mobile/Expeditionary SCIFs (transportable & independently operational); Portable SCIFs (generally smaller & transportable w/independent or dependent operation); & Modular SCIFs (can be transported & connected to other modular units - ie: Conex). RFI Response Instructions Responses to the RFI should be submitted electronically to @navy.mil.� Responses shall be limited to the information requested below. � Company Information: (Company name, cage, small business size standard and eligible NAICS codes, POC information, website if applicable) Describe your ability to provide existing mobile, modular, and portable SCIF structures, compartments, and units that either meet ICD-705 compliance requirements, or are capable with minimal upgrade and modification. This includes commercial, developmental, and conceptual product variants and industry considerations to ensuring products maintain compliance, or planned and unplanned activities that prompt recertification with the Government. Additionally, how does industry interact with and inform the Government during these certification activities. The Government is interested in industry SCIF manufacturing, install, set-up and delivery lead times. Additionally, the approximate costs for each SCIF product variant, ability to customize and effects on cost along with available purchase and lease options. As part of your commercial, developmental, and conceptual product variant, the Government is interested in understanding product specifications such as size, weight, dimensions, transportability via freight or aircraft to include Air Transportability Test Loading Activity (ATTLA) certification, or similar. Additionally, what are transportation and site requirements for loading, unloading, building, attaching, shoring, leveling, and commissioning of the SCIF for utilization. The Government would like to understand how the acquisition of parts and materials remain with reputable vendors and supply chains that ensures materials compliance and specification adherence along with preventing the use of DoD prohibited sources. As part of this, understanding how parts and materials are securely prepared, inventoried, or stored until a SCIF is assembled, manufactured, or constructed and delivered to the Government. As part of your construction/assembly, the government would like to know if there will be a designated individual with knowledge of the government�s compliance needs. This person could also serve as the primary POC on communications, status updates, and issues that may need to be brought to the government�s attention during this process. The Government would like to understand SCIF storage capabilities, access points and ingress/egress of the SCIF, work stations, operator stations, user amenities, and environmental operational constraints and features. This includes internal power distribution, external power interfaces, lighting, generators and fueling requirements, HVAC, and operational durations if applicable. The Government would like to understand industry available SCIF product features that include mounting provisions for commercial and militarized technology, antennas, air-to-ground radios, satellite communications, and similar features. Describe your company�s experience with installing hardware for an Intrusion Detection System (IDS) and other various surveillance systems on transportable units comparable to SCIFs. Describe what the support services are that would be made available upon completion and delivery of the final unit. This includes any hardware, certification, built-in software issues that may arise. Additionally, if there will be any warranties and what would be covered under those parameters. Please provide existing U.S. Government and Department of Defense contracted efforts for similar products and requirements by submitting a contract number, Government POC name, and GOV POC email, if available. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements or marketing information) other than the directly requested information.� The Government may elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI in order to be eligible to propose on future contractual requirements.� However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy.� Respondents shall fully use this opportunity to describe proven capabilities in providing similar products and services.��� DISCLAIMER The Government does not intend to award a Contract or Task Order on the basis of this RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation.� In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement.� Respondents are solely responsible for all expenses associated with responding to this RFI.� Responses to this RFI will not be returned.� Respondents will not be notified of the results of the review.� NO FORMAL SOLICITATION EXISTS AT THIS TIME
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e32ec62827644ec7a8d190cb68f22e4f/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Record
- SN07064251-F 20240516/240514230050 (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 |