United States - Voice and Video Cross Domain

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 July 2019
Opportunity publication date
10 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 09, 2019 3:24 pm

This is a Notice of Proposed Contract Action under the FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This notice is for information only; a solicitation will not be issued. THIS IS NOT A REQUEST FOR QUOTATION. No contract will be awarded on the basis of offers received in response to this notice. The associated North American Industry Classification System (NAICS) code is 334210 with a small business size standard of 1,250 employees.
AFRL requires Voice and Video Cross Domain Solution with Annual Maintenance and Annual Help Desk as outlined below:

PN: TSS-V2CDS-004, Trident V2CDS Version 1.0.4- 2 Domain System, QTY 6
Software bundled with the system include Red Hat Enterprise Linux OS and V2 CDS software licenses, supporting two security domains per system. V2CDS hardware includes two HP ProLiant Servers per system.
PN: TSS-V2CDS-002, Trident V2CDS Version 1.0 Annual Maintenance Support, QTY 72 months
Software updates included.
PN: TSS-V2CDS-003, Trident V2CDS Version 1.0 Annual Help Desk Support, QTY 72 months
Software updates included.
The Government intends to negotiate a sole source contract with Trident Systems Incorporated, 10201 Fairfax Blvd, Suite 300, Fairfax, VA 22030.

The V2CDS certified product was created and continues to be enhanced by Trident, who also has ownership of the Intellectual Property (IP) rights of the implementation of their technology. Trident, the sole owner/developer of this specialized technology, does not utilize 3rd party retailers for the V2CDS product(s). Additionally, government security certification guidelines for cross domain systems have strict version and control requirements that, in the case of the V2CDS system, are only met by Trident. The Trident V2CDS system is the only product that has been identified to meet NGA requirements, and no other certified product(s) is available that meets the requirements. The Trident V2CDS capability is the only product able to meet the requirements. There are no other competing options that would be able to meet the NGA requirement, operational timelines or certification requirements.
This is a notice of proposed contract action and not a request for competitive proposals; however, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. All inquiries should be sent by email to Brooke.McDonald@us.af.mil . Responses must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before 01 August 2019.

A Sole Source Justification will be attached to the subsequent Notice of Award in accordance with applicable regulation.

Opportunity closing date
24 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AFRL/RIK - Rome United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?