High Assurance Computer Systems Security
ID: N0017325RML01Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AC33)
Timeline
    Description

    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting proposals for a contract focused on High Assurance Computer Systems Security. This procurement aims to secure scientific, engineering, technical, analytical, and project management support to enhance cybersecurity measures for the Navy and Department of Defense, particularly in areas such as code vulnerability analysis and secure communication systems. The contract will be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee task orders, reflecting the critical need for advanced security technologies in military applications. Interested contractors should direct inquiries to Morgan Lynch at morgan.d.lynch.civ@us.navy.mil or Sonya Diaz De Leon at sonya.a.diazdeleon.civ@us.navy.mil, with proposals due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Research Laboratory (NRL) issued a Request for Proposal (RFP) focused on High Assurance Computer Systems Security, aimed at advancing security technology for the Department of the Navy. The Center for High Assurance Computer Systems (CHACS) seeks contractors to provide engineering, technical, and project management support in various areas including code vulnerability analysis, high assurance cryptographic technologies, and secure communication systems. Key tasks involve the design, development, integration, testing, and certification of new security technologies and protocols for military and intelligence applications. Contractors are responsible for managing program activities, maintaining secure networks, and producing necessary documentation. A significant aspect of the project is ensuring personnel meet security clearance requirements, with detailed specifications on access levels based on the tasks performed. This initiative aims to bolster cybersecurity measures and provide robust countermeasures against evolving threats, reinforcing the Navy's technological capabilities.
    The document is an OFFEROR'S QUESTIONS SUBMITTAL FORM related to RFP N00173-25-R-ML01. Its primary purpose is to provide a structured method for organizations to submit inquiries regarding the RFP or related documents. The form specifies essential fields, including the submitting organization's name, contact information, question number, affected document title, as well as the specific section, page, and paragraph impacted. Each submitted question must be clear and numbered consecutively to ensure organized processing. This form facilitates communication and clarification, ensuring that all stakeholders have a comprehensive understanding of the RFP details. The overall aim is to enhance transparency in the RFP process, supporting potential offerors in effectively preparing their proposals by answering pivotal queries efficiently.
    The Naval Research Laboratory's Statement of Work (SOW) for High Assurance Computer Systems Security encompasses a three-year task order (March 2025 - March 2028) aimed at enhancing the security of information systems for the Navy, Department of Defense (DoD), and Intelligence Community (IC). The objectives include the research, design, and development of technologies such as prototypes for code vulnerability analysis, high assurance cryptographic technologies, and secure communication systems. The contractor will provide significant support in engineering, technical analysis, project management, and operational aspects necessary to achieve high assurance in computer systems. Specific tasks involve the development and certification of cryptographic solutions, design of secure wireless networks, and integration of advanced military applications, including artificial intelligence. The contractor also assumes responsibility for program management, technical training, and adherence to stringent security requirements, necessitating various levels of security clearances for personnel involved. This SOW highlights the NRL's commitment to advancing cybersecurity measures and the pivotal role of contractor collaboration in achieving high assurance for critical Navy and DoD missions.
    The document outlines security classification specifications for a contract under the Naval Research Laboratory (NRL), associated with the Department of Defense. It primarily details the requirements for accessing classified information related to scientific, engineering, and analytical support. The contract requires facilities to hold a Top Secret clearance level, but no safeguarding measures for classified material are mandated at the contractor's facility. Key aspects include regulations on Sensitive Compartmented Information (SCI), compliance with specific Department of Defense directives, and restrictions on foreign national involvement. Access to classified data is tightly controlled, necessitating prior approval and adherence to rigorous training requirements for contractor personnel. The document also emphasizes the necessity for Operations Security (OPSEC) training and details the process for maintaining accountability and handling classified information. It affirms that any public release of information requires prior government approval. The document serves as a critical guideline for ensuring the security and compliance necessary for the effective execution of the contract within government frameworks, reflecting the stringent standards the Department of Defense mandates for managing sensitive information.
    The "High Assurance Computer Systems Security" RFP outlines the requirements for on-site contractors at Naval Research Laboratory (NRL) sites, focusing on safety, access, and compliance protocols. Contractors must comply with Force Health Protection Guidance, including vaccination certification via DD Form 3150 for COVID-19. Access is regulated, with necessary background checks and badge issuance for personnel. Strict compliance with OSHA regulations and NRL safety standards is required, including accident prevention plans and training on environmental and biological safety. Contractors are responsible for handling hazardous materials according to outlined safety codes, with mandatory training and exposure documentation. The document emphasizes environmental protection, including the necessity for contractors to minimize waste and employ eco-friendly practices. Additionally, contractors must notify NRL of any shipments involving hazardous or explosive materials in advance. All NRL policies, procedures, and specific contract guidelines must be adhered to, ensuring a safe and compliant work environment. This RFP sets forth detailed expectations to maintain security and safety for personnel operating under federal projects at NRL facilities.
    The document outlines personnel qualifications for the federal RFP N0017325RML01 regarding High Assurance Computer Systems Security. It provides detailed matrices (Tables 1-3) that specify minimum and desired qualifications for key and non-key personnel, including educational requirements, experience, certifications, and security clearances. Key personnel, who must be available immediately post-award, are required to meet minimum qualifications strictly, with substitutions allowed only in an upward fashion—sometimes requiring advanced degrees or relevant experience. The hiring contractor is expected to make a good faith effort to meet these qualifications, particularly for non-key roles, where resumes are not required for submission. The document emphasizes the necessity for qualified personnel who can fulfill obligations in a high-security environment, particularly within the context of Department of Defense standards. It establishes a clear framework for evaluating contractor proposals based on the capabilities of the personnel they present, reflecting the rigorous requirements typical in government contracts and grants.
    The Naval Research Laboratory (NRL) has issued a Past Performance Questionnaire to evaluate contractors' performance for future federal contracting opportunities. The questionnaire collects essential contractor information, including contract type, period of performance, cost details, and a description of the work performed. It utilizes a rating system ranging from "Unsatisfactory" to "Exceptional" across key performance areas: technical, schedule, management, and cost. Evaluators are required to provide oversight on aspects such as the contractor's responsiveness, quality of service, adherence to socioeconomic goals, and management of key personnel and subcontractors. Furthermore, they must give detailed justifications for any ratings of "Exceptional" or "Unsatisfactory." The document concludes with a recommendation section to assess the contractor's suitability for future awards. This structured approach aims to promote accountability and quality in government contracting decisions, ensuring contractors meet the rigorous standards expected by agencies like the NRL.
    The document outlines the cost proposal format for RFP #N0017324RML01, detailing various labor categories and their associated costs across multiple performance periods. It includes a comprehensive breakdown of both prime contractor and subcontractor labor costs, emphasizing the importance of providing detailed input for direct labor rates, indirect rates, fringe benefits, and overhead charges. The cost summary is organized into sections for direct labor, indirect labor, travel, and other direct costs (ODC), with placeholders indicating the expected amounts and rates, all set to zero as the file appears to be a template. Additionally, the document references indirect rate proposals for subsequent fiscal years alongside a prime labor build-up section vital for calculating burdened rates and fees. This RFP format is crucial for bidders in government contracts, ensuring transparency and accuracy in cost estimation while enabling federal agencies to assess proposals against budgeting standards. Ultimately, the file serves as a structured template for submitting detailed cost information for government contract bids, reinforcing standard practices in federal grant applications and local RFP submissions.
    The Small Business Participation Commitment Document (SBPCD) outlines requirements for contractors responding to a federal Request for Proposal (RFP) related to High Assurance Computer Systems Security (RFP No.: N0017325RML01). The document requires contractors to declare their business size and socioeconomic categories, such as Small Business, Women-Owned, or Service-Disabled Veteran-Owned. It mandates the participation rates and financial commitments from both small and large businesses involved in the project. Contractors must document the total acquisition value (TAV) and the dollar value allocated to each business category, ensuring an inclusive approach to participation. The form also requires disclosures regarding all participants, specifying nature of commitments, type of business, and financial details. Both contractor and contracting officer signatures are required for validation, highlighting the importance of approval in the process. This document serves to promote small business engagement and ensure compliance with federal guidelines, reflecting the government’s commitment to enhancing small business opportunities within federal contracts.
    The document presents a pre-award survey form for assessing the accounting system of a prospective contractor in relation to federal and possibly state/local contracts. The primary recommendation is that the contractor’s accounting system is acceptable, with a suggestion for a follow-on review once the contract is awarded. The evaluation checklist assesses compliance with Generally Accepted Accounting Principles, proper segregation of costs, financial information requirements, and the operational status of the accounting system. Key points include the necessity for properly identifying and accumulating costs by contract, maintaining a labor distribution system, and ensuring that records facilitate accurate pricing for future acquisitions. The form’s structure is divided into sections covering recommendations, narratives for clarifications, and an evaluation checklist to systematically assess the accounting controls in place. Overall, this document is integral to ensuring that contractors meet financial management standards before the award of government contracts, promoting accountability and compliance with federal regulations.
    The document outlines the Contract Data Requirements List for a Research and Development contract managed by the Naval Research Laboratory (NRL). It specifies various data items that contractors must provide, including a Technical and Management Work Plan, Funds and Labor Hour Expenditure Reports, Funds Status Reports, Technical Data Packages, Software Sustainability Packages, Computer-Aided Chip Development Data, Monthly Status Reports, and Briefing Materials. Each data item includes details such as authorities, frequency of submission, distribution statements, and remarks indicating specific requirements for report formatting and content. Most reports are required monthly or quarterly, serving various purposes, such as tracking expenditures, technical progress, or project updates. The overall purpose of the document is to ensure compliance with federal reporting requirements, enhancing oversight and accountability in government contracts related to research and development initiatives. Additionally, clear distribution limitations are placed on the documents, ensuring sensitive information is restricted to authorized personnel only. The document aims to streamline data collection and reporting processes while ensuring high standards in contractor performance and project transparency.
    The document outlines a government contract solicitation (N0017325RML01) for a Cost-Plus-Fixed-Fee (CPFF) task order dealing with "High Assurance Computer Systems Security." The Naval Research Laboratory (NRL) issues this solicitation to acquire services related to computer security systems. Key sections include instructions for submitting offers, evaluation factors, and contract clauses. The contract spans a potential ordering period of 60 months and mandates the provision of labor, materials, and reports, adhering to detailed specifications on delivery, packaging, and performance. Notably, it incorporates security and administrative clauses, emphasizes government-furnished property, and stipulates guidelines for key personnel. An Organizational Conflict of Interest clause highlights potential issues with contractors' involvement in future federal acquisitions. This solicitation exemplifies the government's structured approach to ensuring compliance and detailed requirements for contractors in support of national security. The document’s comprehensive provisions reflect systematic guidelines for procurement, aligning with federal standards for transparency and fair competition within government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DRAFT RFP for Platform Security Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is seeking proposals for Platform Security Support Services as outlined in the DRAFT Request for Proposal (RFP) posted on October 22, 2024. This procurement aims to enhance security measures and support services for platforms, which are critical for maintaining operational integrity and safety within naval operations. Interested vendors should refer to the details and attachments available in the Procurement Integrated Enterprise Environment (PIEE) for comprehensive information. For inquiries, potential bidders can contact Carlee Burrows at carlee.m.burrows.civ@us.navy.mil or Jennifer T Hanson at jennifer.hanson@navy.mil, with the primary contact reachable at 240-538-7704.
    Navy Occupational Dosimetry System (NODS) - Dosimeters, Readers/Base Stations, and Logistics Hardware
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the Navy Occupational Dosimetry System (NODS), which includes dosimeters, readers/base stations, and logistics hardware. The NODS must meet the Navy's physical, radiological, and environmental requirements and will incorporate the next generation dosimetry system along with the Navy Radiation Exposure Management System (NAVREMS) for database management. This procurement is crucial for ensuring the safety and health of Navy personnel exposed to radiation, and the contract will be awarded as a hybrid single award indefinite-delivery/indefinite-quantity (IDIQ) for a period of five years, with five one-year ordering periods. Interested parties should submit their proposals via PIEE and monitor SAM.gov for any amendments, with questions due by October 22, 2024; for further inquiries, contact Carlos Triay at carlos.triay@navy.mil or Haylea Weidinger at haylea.r.witz.civ@us.navy.mil.
    NAVAIR DIGITAL DEPARTMENT (NDD) Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center - Aircraft Division (NAWCAD), is seeking support services for the NAVAIR Digital Department (NDD) in Patuxent River, MD. The procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period, focusing on a wide range of digital transformation initiatives, including technology integration, cybersecurity, cloud services, and data analytics. These services are critical for enhancing the Navy's IT infrastructure and supporting various current and planned initiatives, such as cybersecurity events and IT consolidation efforts. Interested parties can contact Elizabeth Chandler at elizabeth.t.chandler.civ@us.navy.mil or call 240-561-5564 for further information.
    NRL Long Range Broad Agency Announcement (BAA) for Basic and Applied Research
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for a Long Range Broad Agency Announcement (BAA) for Basic and Applied Research. The Naval Research Laboratory is seeking innovative proposals that have the potential to advance and improve in the technical topic areas listed. This BAA allows for the competitive selection of research proposals, with the government reserving the right to award all, some, or none of the proposals received. Contracts, grants, cooperative agreements, and other transactions may be awarded if appropriate. The NRL encourages educational institutions, small businesses, small disadvantaged business concerns, historically black colleges and universities, and minority institutions to submit proposals. Prospective offerors are required to submit a White Paper with a rough cost estimate before being invited to submit a Formal Proposal. The selection of proposals for award will be based on a scientific review of the technical approach, as well as business and contractual aspects. The potential benefits to the government will be weighed against the cost of the proposals. The complete BAA, including proposal preparation instructions, award considerations, and evaluation criteria, can be found at the provided link.
    58--MOD,HPOI RDU B1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 85 units of the MOD,HPOI RDU B1, an electronic countermeasure system. This solicitation aims to fulfill critical requirements for search, detection, navigation, and guidance systems, which are essential for national defense operations. The contract is structured as a firm-fixed price agreement, with a proposal submission deadline extended to 4:30 PM Eastern Time on November 18, 2024. Interested contractors should direct inquiries to Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment project, which focuses on the continued operation and integration of the Navy's manpower and personnel systems. This procurement aims to sustain and enhance the Navy Standard Integrated Personnel System (NSIPS) and its integration with pay capabilities, ensuring compliance with cybersecurity regulations and providing necessary support services. The contract is expected to be awarded in March 2024, with a total ceiling of $338 million and an initial task order that includes a five-year performance period. Interested parties can direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil or by phone at 407-380-4440.
    Notice of Intent to Sole Source - Strategic Multilayer Assessment Support
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific, intends to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract to National Security Innovations, Inc. (NSI) for Strategic Multilayer Assessment (SMA) support. The contract aims to provide actionable assessments of complex operational and strategic challenges, particularly focusing on human perception and behavior as they relate to Department of Defense missions. This initiative is crucial for maintaining the U.S. competitive advantage in a complex global environment, with oversight from the Joint Chiefs of Staff and the Office of the Under Secretary of Defense for Research and Engineering. The anticipated contract value is between $50-75 million, with a five-year ordering period expected to commence around March 1, 2025. Interested parties may submit capability statements to Contract Specialist Israel Alvarado at israel.a.alvarado.civ@us.navy.mil by November 8, 2024, at 12:00 PM Pacific.
    Long Range BAA for the Undersea Security Program
    Active
    Dept Of Defense
    Here is a summary of the federal contract opportunity, titled Long Range BAA for the Undersea Security Program: Opportunity Overview The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs office, seeks proposals for its Undersea Security Program. This Broad Agency Announcement (BAA) invites innovative solutions and services in the realm of undersea warfare and submarine security. The primary objectives are to enhance undersea capabilities and improve submarine survivability. Scope of Work Successful awardees will be expected to perform tasks encompassing research, analysis, and development. This includes wargaming, modeling, and assessments of undersea warfare scenarios, as well as developing strategies to improve the survivability of submarines and unmanned undersea systems. The focus should be on delivering comprehensive reports, both progress and final, along with any associated software or hardware outputs. Awardees will be required to adhere to strict timelines and provide regular updates. Eligibility Criteria Proposers for this contract must demonstrate expertise and experience in their respective fields, aligning with the specific research and development objectives. The Navy encourages participation from small businesses and requires large businesses to have a subcontracting plan in place. Offerors must strictly adhere to the numerous FAR, DFARS, and NMCARS provisions mentioned in the BAA, encompassing cybersecurity, telecommunications, and equal opportunity requirements. Additionally, they must ensure compliance with the required security measures and controlled unclassified information safeguards. Funding and Contract Details The contract is expected to be funded through the Department of the Navy's budget. The BAA remains open for a period of approximately one year, with periodic reviews of submissions. Key funding details include an estimated value of between $100,000 and $500,000 for individual awards. Submission Process Proposals must be submitted electronically, with a deadline of August 10, 2024, or until a successor BAA is issued. The Navy encourages offerors to carefully follow the specified format requirements, ensuring compliance with the detailed cost proposal guidelines and the provision of certified cost and pricing data. Evaluation Criteria Evaluation of proposals will consider three primary factors: technical merit, naval relevance, and availability of funds. The technical merit of proposals will be assessed based on the thoroughness and reasonableness of the approach, while cost-effectiveness and compliance with relevant regulations will also be taken into account. Contact Information For further clarification or inquiries, interested parties can contact the primary point of contact, David Shriner, at david.shriner@ssp.navy.mil or (202) 451-3262. A secondary point of contact is also provided: Alexandra Hiser at alexandra.hiser@ssp.navy.mil or (202) 451-3623. This summary provides an overview of the key aspects of the opportunity, combining information from the government listing and associated files. Let me know if you would like me to clarify any part of the summary or extract any additional details from the files.
    Over The Air Software Updates and Deployed Compatibility Management
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking Cooperative Research and Development Agreement (CRADA) Partners with expertise in Over The Air (OTA) software updates, fleet monitoring, and hardware/software compatibility management. The objective is to identify companies capable of providing OTA software updates, monitoring deployed systems, and managing compatibility tracking, all while ensuring cybersecurity measures are in place. This initiative is crucial for maintaining the operational readiness and security of naval systems. Interested companies must submit a capabilities statement, management chart, and relevant past work by November 30, 2024, to Adam Lewis at adam.m.lewis16.civ@us.navy.mil. A security clearance of SECRET is required, and NSWCDD may request further discussions with selected respondents, although it does not intend to reimburse any costs incurred during this process.
    NRP, COMPUTER SYSTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the NRP, COMPUTER SYSTEM. This procurement involves the repair and quality assurance of electronic computer manufacturing items, with a focus on ensuring compliance with military standards and specifications. The goods and services sought are critical for maintaining operational readiness and functionality of military systems. Interested contractors should contact James Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL for further details, and they must adhere to the specified requirements and timelines outlined in the solicitation.