SOLICITATION NOTICE
J -- Cryptographic Modernization Initiative (CMI)
- Notice Date
- 1/28/2013
- Notice Type
- Presolicitation
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8823-13-R-0007
- Point of Contact
- Janet Stinson, Phone: 7195562073, Russell J, Shaw, Jr., Phone: 7195567341
- E-Mail Address
-
janet.stinson.2@us.af.mil, russell.shaw@us.af.mil
(janet.stinson.2@us.af.mil, russell.shaw@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This Notice of Contracting Action is for subcontracting opportunities, informational and planning purposes only; it does not constitute a Request for Proposal, nor is it to be construed as a commitment by the Government to award a contract. The Government will not recognize any cost associated with submission of information in response to this or previous notices. The Government will not pay for any effort expended in responding to this notice. A sources sought was posted on FedBizOpps on 12 September 2012 (# CMI 12Sep12), which was used for market research. The size standard is NAICS 517410 is $30.0M. Only three large firms and one federal agency responded to the FBO sources sought posting. No other companies emerged with the capability to meet these requirements. A determination by the Government not to open the requirement to full competition based upon the responses to this notice is solely within discretion of the Government. This contract will be awarded under the authority of Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2)(iii) as Limited Sources will satisfy the Agency's requirements. While this notice of intent is for information purposes only, and is not a request for competitive proposals, interested parties including small and small disadvantaged businesses may identify their interest and technical capability, and submit information which shall be considered by the agency. Interested parties must show capability to fulfill Government's immediate, short-term need for the effort described above. The notice expires 15 days after publication. Any subsequent Request for Proposal may be limited to competition between the three firms who responded to the initial Sources Sought Synopsis. The Cryptographic Modernization Initiative (CMI) is a program fulfilling a need to modernize legacy cryptographic equipment. CMI affects all MILSATCOM systems and impacts secure voice and data communications. The primary effort is to acquire non-personal fielding support services to install, integrate, identify, analyze and resolve upgraded system anomalies and test upgraded cryptographic equipment to include the KIV-7M, associated cables, and related ancillary equipment into the existing Air Force Command Post Terminals (AFCPTs) Milstar Air Force Terminal Remoting Systems (MAFTRS). Contractors shall be required, immediately upon award, to have adequate resources with Top Secret security clearances. Contractor shall be required to travel to all AFCPT sites to install and test all equipment necessary to accomplish this effort. The contractor shall provide technical expertise in analyzing and resolving system anomalies, minimizing system downtime, and ensuring secure operational communications capability during fielding of cryptographic equipment. The contractor shall be responsible to test and verify full terminal operation over all active services, networks and beams upon completion of the cryptographic equipment modernization. These networks include, but are not limited to: Integrated Tactical Warning and Attack Assessment (ITW/AA), Very Survivable Data Network (VSDN), and Sensor Survivable Data Network (SSDN). In addition, the contractor shall migrate the current Milstar communications architecture to Milstar Discrete Services (MDS) utilizing double encryption architecture at all sensor sites, correlation centers, and Milstar-capable forward users. The basic period of performance is anticipated to be twelve months, with two (2) three-month options through FY14. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be no sooner than 15 calendar days after this Notice of Contract Action. The anticipated contract type is; Firm-Fixed Price (FFP) for Labor and CDRLs and Cost Basis for travel and ODCs. Submit all inquiries or responses to this notice to the Contracting Specialist, Janet Stinson, janet.stinson.2@us.af.mil and Procurement Contracting Officer, Russell J. Shaw, Jr. russell.shaw@us.af.mil. Mailing Address: SMC/PKJ Attn: FA8823-13-R-0007 CMI, 1050 East Stewart Avenue, Peterson AFB. CO 80914.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823-13-R-0007/listing.html)
- Place of Performance
- Address: Multiple Locations, Peterson AFB, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02973569-W 20130130/130128234133-eafe1128ab1ecc62d076c60780738141 (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 |