Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
MODIFICATION

R -- Japan Technical Security Support Team

Notice Date
8/16/2018
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N68335-18-R-JAPAN_TSST
 
Archive Date
8/2/2019
 
Point of Contact
Ann L Pham, Phone: 7036045975, Ann L Pham, Phone: 7036045975
 
E-Mail Address
ann.pham@jsf.mil, ann.pham@jsf.mil
(ann.pham@jsf.mil, ann.pham@jsf.mil)
 
Small Business Set-Aside
N/A
 
Description
1. OVERVIEW THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The F-35 Joint Program Office (JPO) is requesting information pertaining to the Japan Technical Security Support Team (TSST). This notice does not commit the United States Government (USG) to contract for any supply or services. The USG will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. The F-35 JPO, in conjunction with the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is releasing a RFI under North American Industry Classification 541990, All Other Professional, Scientific and Technical Services to identify interested parties who are qualified and capable of meeting the description of work identified below for the Japan TSST effort. The Japan TSST is a FMS case and any information provided by industry will be shared with representatives from the Japan Ministry of Defense and members among the F-35 Japan Program Team. The assessment of the capability statements may lead to either a sole source action to the company that successfully demonstrates the ability to satisfy this requirement or a full and open competitive action. 2. DESCRIPTION OF WORK a. Provide Knowledge Based Services to the F-35 Joint Program Office in support of the Government of Japan. The Japan F-35 TSST is responsible for providing National Industrial Security Operating Manual (NISPOM) multi-discipline security guidance and mentorship to the Japanese Ministry of Defense (JMoD), Acquisition Technology & Logistics Agency (ATLA), Air Staff Office (ASO), and Japanese Industry Contractors, TSST efforts shall include prescribing security measures that deny unauthorized access to F-35 facilities, equipment, and resources, and protect personnel, information, and property from damage and/or loss of technology. The TSST shall ensure that all appropriate international policies and procedures are updated and all international facilities meet security requirements as outlined in the Joint Air Force Army Navy Intelligence Community Directive (ICD) 705, JAFAN 6/0, and the Japan Access Management Control Plan (AMCP), in protection of the F-35 Air System. The Contractor shall assist with executing and implementing Memoranda of Understanding (MOU) between the United States (U.S.) and the Ministry of Defense of Japan concerning security measures for the Joint Strike Fighter Air System and associated ancillary mission equipment. The Contractor shall, if requested, provide draft language for incorporation into security-related agreements between the U.S. and the Ministry of Defense of Japan. The Contractor shall assist the Japan Country Security Manager (CSM) in the development and management of all Japan unique security documentation (Standard Operating Procedures (SOP), Security Education and Training manuals, Operational Security (OPSEC) plans and secure facility construction plans to include a Fixed Facility Check List (FFCL)) if required. Additionally, the Contractor shall assist the Japan CSM to submit all required documentation to the F-35 International Security Manager for review/approval prior to any facility construction, modification, or accreditation events. The Contractor shall provide staff assistance visits to all Japan F-35 locations and facilities to aid the local security managers with the management of local security requirements and documentation. 3. RFI RESPONSE INSTRUCTIONS a) Interested firms who believe they are capable of providing the required services and that meets SECRET clearance requirements are invited to indicate their interest by providing responses to this RFI. b) Responses shall be limited to the topics below and are bound by sectional page limits as outlined. A page is defined as a single sided 8.5" by 11" page using 1-inch margins from each edge. Response must be in font size 11, Times New Roman. Inclusion of the below questionnaire is in addition to the outlined page count. c) The information shall be submitted as UNCLASSIFIED. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. d) Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your firm possessed the necessary functional area expertise to complete this acquisition. e) Do not submit any documents (letters, corporate statements, or marketing information) other than the completed questionnaire and any comments on the response topics. f) The Government may elect to discuss submissions received in response to this RFI with individual responders. g) Responses shall be submitted to Ms. Ann Pham at ann.pham@jsf.mil no later than 1000 EST on Tuesday 21 August 2018. 4. RESPONSE TOPICS Section 1 - Company Information. No page limit a) Company Name, address, point of contact name, phone number, and email address; b) Contractor and Government Entity (CAGE) Code; c) Facility Clearance Level d) A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System (DUNS), Commercial, CAGE, Reps/Certs, and registration under applicable NAICS. Section 2 - Capabilities. No more than 10 pages. Capability statement displaying the contractor's ability to provide the services, to include past performance information. Past Performance shall include only relevant past performance on the same/similar work within the last 5 years. Past Performance submittal shall include contract numbers, contract type (FFP, Cost reimbursable, etc.), dollar value, performance capacity (as prime or sub), and period of performance for each contract referenced in the responses to the sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N68335-18-R-JAPAN_TSST/listing.html)
 
Place of Performance
Address: Japan and Arlington, VA, USA, United States
 
Record
SN05041095-W 20180818/180816231443-48a75645a91fded8862bbf3447e75836 (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.