Agency: | DEPT OF DEFENSE |
---|---|
State: | Federal |
Type of Government: | Federal |
Category: |
|
Posted: | Oct 18, 2022 |
Due: | Oct 28, 2022 |
Solicitation No: | N00019-22-RFPREQ-WPM266-0247 |
Publication URL: | To access bid details, please log in. |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
INTRODUCTION
The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Multi-Mission Tactical Unmanned Air Systems Program (PMA-266) at Patuxent River, MD announces its intention to procure up to a quantity of sixteen (16) MIL-STD-1553C intrusion detection and prevention hardware kits over the course of three (3) years to provide protection and mitigation against cyber-attacks. The selected hardware is intended to be integrated into the MQ-8C Fire Scout Unmanned Air Vehicle (UAV). The selection of the intrusion and prevention solution shall meet the parameters set forth in the Requirements section of this Sources Sought RFI. The solution must be available for procurement by 2nd Quarter FY23.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the hardware described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought.
BACKGROUND/REQUIREMENT
The Government has a requirement for an Intrusion Detection System and Intrusion Prevention System (IDS/IPS) capability that will add security to the MQ-8C’s MIL-STD-1553C data bus and harden the aircraft against cyber-attacks. The MIL-STD-1553C data bus system is the latest revision (February 2018) to the military standard. The Navy is conducting market research, through this RFI, to assess whether potential firms are capable of providing a suitable MIL-STD-1553C data bus intrusion and prevention system hardware solution to meet PMA-266 MQ-8C capability, design and operational requirements.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance will be from FY23 through FY24 and is expected to run for approximately 16-20 months from Contract award to Lab/Prototype deliveries. At least one Engineering Development Model (EDM) must be available for MIL-STD qualification testing approximately 12 months after Contract Award.
REQUIRED CAPABILITIES
REQUIRED READINESS
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be Cost Plus Fixed Fee (CPFF)
ELIGIBILITY
The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 5998. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business
SUBMITTAL INFORMATION
Interested parties may submit a Capability Statement package identifying their interest and capability in response to this notice. Only Capability Statements received on or before (28 October 2022, 17:00EST) will be considered by the Government. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and requisite knowledge required to support the requirement. A determination not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability Statements received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration.
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length on 8.5 x 11 inch paper with one-inch margins, single-spaced, Times New Roman 12-point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address, at a minimum, the following:
All responses, including capability statements, shall be submitted no later than (28 October 2022, 17:00EST). Responses shall be submitted electronically to the designated Contract Specialist, Erica Keller, in Microsoft Word format or Portable Document Format (PDF) at the following email address: erica.b.keller.civ@us.navy.mil.
No phone calls will be accepted. The Government may contact RFI respondents in order to seek clarification of submitted information or gain additional input.
All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
DOCUMENT MARKINGS
It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution and classification markings. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only.
Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
Interested sources are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this Sources Sought. By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary information) to employees of the organizations listed below. All employees of the organizations identified that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data.
KBR, Lexington Park, MD
MAGAERO, Lexington Park, MD
Beyond the above commercial firms, the Government will not release any data received in response to this RFI, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government.
Jun 1, 2023 | [Award Notice (Original)] MIL-STD-1553C Intrusion Detection and Prevention Hardware for MQ-8C |
Jun 1, 2023 | [Sources Sought (Updated)] MIL-STD-1553C Intrusion Detection and Prevention Hardware for MQ-8C |
With GovernmentContracts, you can:
Follow FD2030-23-01138-02 Active Contract Opportunity Notice ID FD2030-23-01138-02 Related Notice Department/Ind. Agency DEPT
Federal Agency
Bid Due: 11/09/2024
Follow FD2030-24-00069 Active Contract Opportunity Notice ID FD2030-24-00069 Related Notice Department/Ind. Agency DEPT
Federal Agency
Bid Due: 11/13/2024
Follow Axle Assembly Active Contract Opportunity Notice ID SPRDL1-24-Q-0012 Related Notice Department/Ind. Agency
Federal Agency
Bid Due: 12/15/2024
Follow CustomerX Vendor Pool and Subsequent Pods (CSO HT003823SC001) Active Contract Opportunity Notice
Federal Agency
Bid Due: 10/18/2024