Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOURCES SOUGHT

59 -- RFI for Encryption and Trusted Guard

Notice Date
3/23/2012
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
P5EGL002
 
Archive Date
5/15/2012
 
Point of Contact
Lanie C. Bolin, Phone: 8508833404, William J. Worlds, Phone: 8508833365
 
E-Mail Address
lanie.bolin@eglin.af.mil, william.worlds@eglin.af.mil
(lanie.bolin@eglin.af.mil, william.worlds@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Sources Sought Synopsis and Request for Information (RFI). This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information for planning purposes only and constitutes neither a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment or payment for information by the Government for any purpose. The information requested will provide the Government (1) availability and capability of qualified sources; (2) identify small businesses, HUBZone small business, veteran-owned small business, women-owned small business, or small disadvantaged businesses, and (3) size classification relative to the North American Industry Classification System (NAICS) code. The Air Armament Center, Test and Training Division, Eglin AFB, Florida, is conducting market research to determine potential sources for an air combat training system that is capable of meeting combat mission requirements while providing an encrypted/trusted guard capability. The current air combat training system employed by both the USAF and USN is the P5 combat training system that consists of an airborne subsystem, remote range unit and ground subsystem that provides precise time-space-position information (TSPI) and real-time kill notification (RTKN), mission reconstruction, post-mission debriefing of aircrews and an interactive training environment. The Government desires to retain as much of the current P5 training capabilities as possible but is willing to explore alternative performance capabilities given cost and schedule trade space. As a minimum the system shall be: a. Interoperable with USAF and USN Combat training ranges infrastructure such that it must be ICADS compatible, leverage as much of the current ground subsystem infrastructure as possible and interface with EW servers and Radiant Mercury systems; b. The airborne subsystem shall be capable of flight on F-15, F-16 and F-18 U.S. platforms to include current seek-eagle/NavAir airworthiness flight certification for carriage on these platforms with standard load-out configurations. c. The combat training system must have a frequency allocation to support Air Combat Training in the Continental United States and Alaska. d. Must operate in either a rangeless or tethered mode of training; must provide a mission reconstruction and debrief capability, with live monitor preferred • Shall be capable of providing an encryption and trusted guard capability to encrypt data while meeting all the following requirements: • Shall have full National Security Administration (NSA) certification and accreditation for Type 1 encryption of Top Secret information and not require redesign or hardware development. If currently undergoing certification/accreditation, provide the schedule for completion; • Keying material supported by Electronic Key Management System (EKMS) and/or Key Management Infrastructure (KMI) • Stored as unclassified Controlled COMSEC Item (CCI) when keying materials removed and powered off • System shall use mature cross domain solution technology previously accredited • Allow update of guard rule sets without affecting encryption certification • Capable of being MIL-STD-810 qualified for humidity, vibration, altitude, shock and salt fog • Capable of meeting an operating temperature range of -40º C to + 70º C • Supports standardized electrical/mechanical interfaces such as IEEE 802.3 and associated protocols • Data/message set expected to be available and encrypted via live monitor includes: o Time Space Position Information (TSPI) o Real Time Kill Notification (RTKN) o All weapon releases and gun triggers available from the aircraft OFP o Status of aircraft "Master Arm" switch (on/off) o Aircraft throttle position (max/AB, mil power, AB, idle, cruise) o Employment of self-defense chaff (indication/flag when dispensed) o Employment of self-defense flares (indication/flag when dispensed) o Status of self-defense electronic jamming systems (indication/flag when jamming is on) o Weapon selected/priority mode (all variants of AMRAAM and AIM-9) o Weapon release time (i.e. time of trigger pull/weapon release) o Selected sensor mode (sensor used to shoot weapon(i.e. aircraft radar, JHMCS, other, as applicable per platform) this is 3-1 type info to assist RTO shot adjudication) o Sensor lock mode (i.e. missile shot with radar in: air to air, single target track, track while scan, track transition, HDTWS, DTWS, or air-to-ground as applicable per platform) this is 3-1 type info to assist RTO shot adjudication) e. Provide Rough Order of Magnitude (ROM) cost estimates for both the non-recurring engineering activities that may be required to reach production readiness maturity, and a production unit price for up to 250 airborne subsystems and 6 ground subsystems. Prices can be provided for either a lease and or buy approach. f. Provide schedule estimates on the total effort necessary to field this capability broken down into non-recurring effort, production effort to include production lead time schedules, as well as monthly production capacity. Interested parties are requested to submit their qualification and relevant system performance information regarding their technical solution and its ability to meet the above requirements in the form of a Capability Statement 2 copies (1 original and 1 copy), a maximum of 10 single-sided pages with text no less than 12-point font (Arial or Times New Roman) and a minimum of one-inch margins in Microsoft® Word, Adobe® PDF or compatible format. Do not include references as part of the package. Please also identify if any of the information provided is proprietary. Specifically ensure you provide a brief description of the encryption module and trusted guard capability and how the above constraints would be met. Also, describe any minor modifications needed to the encryption or trusted guard capability to meet the conditions stated whether some components would need to be replaced to meet the environmental requirements, or a modified software load to support the new operating environment. Provide system power requirements and describe how you would develop a user-friendly cryptographic key management process. Please format your capability statement 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 if they are a US company, large or small business; if a small business, identify small business category, Veteran-owned, small disadvantaged, etc., as described by NAICS code 334220 -Airborne radio communications equipment manufacturing. Those desiring to do business with the Air Force must be registered in the Central Contractor Registration System (http://www.ccr.gov). Section B: Background, Brief History highlighting past relevant experience working with Government agencies, including National Security Agency, Defense Contracting Management Agency (DCMA), Defense Contracting Audit Agency (DCAA), subcontractors and capability of processing, storing & handling Top Secret information. Section C: Experience: Interested parties should identify number of years relevant experience and specific systems experience in security, technical key attributes, integration, and performance based support. A response is required for all items; if no experience in an area, so state. Section D: Other relevant information to answer information requested in the requirements sections above. Identify any items that may be cost prohibitive from your perspective. Information associated with this effort is unclassified. If respondents wish to restrict distribution of its RFI, it must be marked appropriately. Government responses to questions that are broadly applicable to all will be posted on the FedBizOpps website. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Responses must be received by April 30, 2012 at 3:00 p.m. Central Standard Time (CST). Any responses received after this date and time will be considered as nonresponsive and may or may not be considered at the discretion of the Contracting Officer. Capability Statements may be submitted electronically to lanie.bolin@eglin.af.mil or regular mail to AAC/EBYK, Attn: Lanie Bolin, 314 W Choctawhatchee Ave, Eglin AFB, FL 32542. All questions/request for information must be submitted in writing to AAC/EBYK, (Lanie Bolin), 314 W. Choctawhatchee Ave, Eglin AFB, FL 32542-6808, or email to lanie.bolin@eglin.af.mil or FAX to 850-882-3226. No collect calls will be accepted. Primary Point of Contact: Secondary Point of Contact: Lanie C Bolin William J. Worlds Contracting Officer Contract Specialist lanie.bolin@eglin.af.mil william.worlds@eglin.af.mil Phone: (850) 883-3404 Phone: (850)883-3365 Fax: (850) 882-3226 Fax: 850-882-3226
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/P5EGL002/listing.html)
 
Record
SN02704828-W 20120325/120323235511-e6072ad2a635462f3fc1679b07350680 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.