Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2015 FBO #5110
SOURCES SOUGHT

58 -- Cross Domain Solution

Notice Date
11/18/2015
 
Notice Type
Sources Sought
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-15-RF1-0036
 
Archive Date
12/18/2015
 
Point of Contact
Robert G Battaglia, Phone: 732-323-7535, Eric L. Waterman, Phone: (732) 323-2559
 
E-Mail Address
robert.battaglia@navy.mil, eric.waterman@navy.mil
(robert.battaglia@navy.mil, eric.waterman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Air Warfare Command, Aircraft Division (NAWCAD) is seeking information regarding Cross Domain Solutions (CDS) to be incorporated in Ground Control Systems (GCS) for the RQ-7B Shadow Unmanned Aerial System (UAS) project. CDS require multiple levels of approvals before they are authorized for use to connect disparate security domains within Department of Defense and Naval Weapons Systems. The process of approval includes the candidate CDS device's addition to the Unified Cross Domain Management Office (UCDMO) Baseline, which requires thorough testing by the National Security Agency (NSA). Second, a UCDMO approved CDS must then be validated and endorsed by the Navy Cross Domain Solutions Office (NCDSO). After validation and endorsement of the CDS by the NCDSO, it must then be accredited by the Defense Security Accreditation Working Group (DSAWG) per individual use case for a specific use. CDS connect disparate security domains and stream Full Motion Video (FMV) and metadata from unclassified UASs to classified (SECRET) tactical host networks. The CDS provides functionality for one-way dataflow from an unclassified to a classified domain while transferring FMV and telemetry metadata from a GCS, and provide analytical, trans-coding, storage, and data distribution functionality to other accredited information systems. Furthermore only CDS currently on the UCDMO baseline that is DSAWG approved to stream said data. Due to the current state of development of the RQ-7B, all certification costs would be the responsibility of the potential contractor. However, if you believe you have a CDS that already meets the certifications requirement you are asked to provide that information to NAWCAD. ADDITIONAL INFORMATION: The Government is seeking industry input to assist in identifying CDS units that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. 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. In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. The Government does utilize Contractor Support Staff for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Interested parties shall respond, within 15 days after release of this RFI, with a CDS that meet all or a subset of the aforementioned qualifications. Please submit your response to this RFI (not to exceed 10 pages) via email no later than 2:00PM E.S.T December 3, 2015
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-RF1-0036 /listing.html)
 
Place of Performance
Address: Bldg 120, Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN03949333-W 20151120/151118234634-de729820826c30ce2be9d7f5cc51e0b8 (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.