SOURCES SOUGHT
D -- Sources Sought - US Army Communications Security Logistics Agency (USA CSLA) - Logistics (Training/Cryptographic Modernization/Communications Security Logistics) Support Services
- Notice Date
- 4/28/2011
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- CECOM Contracting Center, Fort Huachuca (CECOM-CC), ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212, Fort Huachuca, AZ 85613-6000
- ZIP Code
- 85613-6000
- Solicitation Number
- W9128Z-11-N-LOG
- Response Due
- 5/3/2011
- Archive Date
- 7/2/2011
- Point of Contact
- Cheryl M. Todd, 520-538-2926
- E-Mail Address
-
CECOM Contracting Center, Fort Huachuca (CECOM-CC)
(cheryl.m.todd@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: This action is for an FFP Bridge Contract vehicle, with a performance period of five (5) months, to serve in an intermediary capacity to allow continuance of mission critical Communications Security (COMSEC) and Information Assurance (IA) contract provided services under a contract with performance period to expire 30 May 2011. This Bridge contract will be in effect until the follow-on TO can be executed. This work falls under NAICS 541512. The U.S. Army Communications Security Logistics Activity (CSLA) has the mission of providing Communications Security (COMSEC) and Information Assurance (IA) support for the Department of Army and other assigned organizations in the Continental United States (CONUS) and Outside CONUS (OCONUS). In this role, CSLA: (1) serves as the COMSEC Commodity Manager; (2) directs the operations of the Army COMSEC Wholesale Logistics System; (3) serves as the Army's Functional Proponent for Central Procurement of COMSEC equipment and policy creation authority for Cryptographic Systems; (4) operates Common Tier 1 and serves as the Army's Functional Proponent for the Army Key Management System, and responds to Tier 2 questions; (5) manages the Army COMSEC Commodity Logistics Accounting and Information Management System; (6) conducts Army COMSEC New Equipment Training; (7) inspects, audits, and approves Army COMSEC Accounts throughout the world; (8) evaluates Controlled Cryptographic Incidents; and (9) serves as the principal Army POC with NSA for COMSEC logistics. In performance of these missions, CSLA has presence at multiple locations CONUS and OCONUS, generally supported by multiple information systems/networks operating at multiple levels of classification. The Government is seeking a potential source to assist in the continuance of processes currently in use. These services are urgently needed because Department of the Army, National Guard and Army Reserve deployed and deploying soldiers need the services that are provided by the proposed action without interruption, and failure to award the proposed contract would result in serious mission impact, compromising national security systems supporting battlefield operations. The scope of the Bridge Contract will cover three principle areas: 1. Training Development and Delivery: This work includes providing support for the development and delivery of classroom instruction on existing CSLA-managed COMSEC/INFOSEC/IA products such as the Secure Wireline Terminal (SWT), Secure Terminal Equipment (STE), the Sectera KG-235, KG-175 TACLANE, as well as future COMSEC Modernization equipment. 2. Cryptographic Modernization: This program focuses on activities related to acquisition, deployment, and sustainment of new and emerging encryption solutions that are necessary for the assured integrated architecture and enterprise services of the Global Information Grid. CM actively assists in documenting and analyzing COMSEC, and INFOSEC requirements for input into procurement strategies, spend plans, fielding plans, technical manuals, supportability strategies, and the Program Objective Memorandum (POM) briefings by the HQDA G-6. Technical activities include Link/Bulk Encryption, Inline Network Encryption, Tactical Radio, SATCOM, Embedded systems (cryptographic chipsets), Secure Voice and Wireless, Interrogator Friend or Foe (IFF), and Test and Evaluation. These are also complemented by the CM Database, which as a minimum tracks the locations and usage of COMSEC devices. All contractor personnel in support of the CM program are required to have a Top Secret security clearance at time of award. Tasks will support the Fort Huachuca site, NCR, and potentially Aberdeen Proving Ground, MD. 3. Communications Security Logistics: A contractor will provide total logistics support for all Army COMSEC equipment; support COMSEC equipment fielding as required by the Department of the Army (DA); manage the Army Wholesale Inventory of COMSEC equipment and spares; and develop the depot workload to support the needs of the Warfighter. Security Requirements: The contractor will be required to have a TOP SECRET facility clearance at time of award. The contractor will require access to COMSEC and FOUO information. The contractor will also require access to the SIPRNET system. All assigned personnel shall be cleared US Citizens in accordance with current Department of Defense (DoD) policy for access to classified systems, networks and facilities at the time of award. Contractor personnel in the following IA positions shall be Information Technology-1 (IT-1) certified: Systems Administrators (SA) and Network Administrators (NA) and for infrastructure devices, Intrusion Detection Systems (IDS), routers; SAs and NAs for classified systems and devices with privileged-level access to control, manage, or configure IA tools or devices, individual Information Security, networks, devices, and enclaves. Qualified, interested sources are requested to provide a capability statement to include company name, address, telephone number, point of contact, company size (please specify as either Large, Foreign, Small, Small Disadvantaged,8(a), Woman-Owned Small Business, or Service-Disabled Small Business). Potential source must demonstrate capability to perform the following requirement areas and show appropriate certification levels. Please indicate in the capability statement that all required training for the systems mentioned have been achieved by personnel expected to fill this gap. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The Government is not obligated to notify respondents of the results of this survey. Interested sources should submit their qualification data and requested information no later than 03 May 2011 by email to cheryl.m.todd@us.army.mil or deborah.doyle1@us.army.mil. Telephone responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2825f2ee26313ca8810642cb3d2aa09d)
- Place of Performance
- Address: CECOM Contracting Center, Fort Huachuca (CECOM-CC) ATTN: AMSEL-AC-CC-S, Building 61801, Room 3212 Fort Huachuca AZ
- Zip Code: 85613-6000
- Zip Code: 85613-6000
- Record
- SN02435184-W 20110430/110428234117-2825f2ee26313ca8810642cb3d2aa09d (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 |