ContractCombined Synopsis/Solicitation

NIPR-SIPR Data Transfer Solution

DEPT OF DEFENSE FA252125QB142
Response Deadline
Sep 17, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide a NIPR-SIPR Data Transfer Solution, which includes hardware, software, and 24/7 technical support for secure data transfer between NIPR and SIPR networks at Patrick SFB and Cape Canaveral SFS. The procurement requires compliance with various federal standards, including AFI 33-200 and NIST FIPS, and mandates that products support IPv6 and are on the DoD UC Approved Products List. This initiative is critical for ensuring secure communication and data handling within military operations. Interested contractors must submit their quotes by September 17, 2025, via email to the primary contacts, Keona Franklin and Gage Belyeu, with the contract awarded based on technical acceptability and pricing.

Classification Codes

NAICS Code
334111
Electronic Computer Manufacturing
PSC Code
7J20
IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)

Solicitation Documents

6 Files
FA252125QB142 Sources Sougt.pdf
PDF79 KBJul 10, 2025
AI Summary
The Patrick Space Force Base has issued a Sources Sought notice for NIPR/SIPR Data Transfer Equipment/Services under RFQ number FA252125QB142, aimed at small businesses. The anticipated requirement involves the procurement of specific BAE Systems parts, categorized under NAICS Code 513210 with a size standard of $47 million. Interested vendors are encouraged to submit capabilities packages detailing their business size, socio-economic status, relevant experience, and any teaming arrangements. The Government emphasizes that this notice is not a solicitation and does not guarantee any action beyond this notice. Responses must be submitted electronically by July 15, 2025, and indicate if the respondent is a manufacturer or supplier. Furthermore, businesses must be registered in the System for Award Management (SAM) to be eligible for contract awards. The information collected will assist in determining small business set-aside decisions.
FY25 NIPR-SIPR Data Trans SOO_Redacted.pdf
PDF354 KBJul 10, 2025
AI Summary
The document outlines the Statement of Objectives (SOO) for the procurement of NIPR/SIPR Data Transfer Equipment at Patrick SFB and Cape Canaveral SFS. The purpose is to facilitate secure data transfer between networks. The contractor must provide appropriate hardware, software, and 24/7 technical support, ensuring compliance with multiple military and federal standards, including AFI 33-200 and CNSSP-11. Key requirements include adherence to IPV6 mandates, provision of Unified Capabilities approved products, and certification through the NIAP Common Criteria Evaluation and Validation Scheme. The contractor must comply with the Trade Agreements Act and ensure that all products, whether new or refurbished, meet specified quality standards. Additional provisions demand communication regarding backorders, warranty support, and customer assistance. The delivery of products is expected to meet fluctuating governmental demands, including requirements for both domestic and international locations. This procurement initiative emphasizes rigorous adherence to security protocols when handling classified information, underlining the government's commitment to safeguarding sensitive data and ensuring technological efficiency in a military context.
25QB142 SOO_Redacted.pdf
PDF364 KBSep 12, 2025
AI Summary
This Statement of Objectives (SOO) outlines the requirements for acquiring NIPR/SIPR Data Transfer Equipment to enable secure data transfer between NIPR and SIPR networks at Patrick SFB and Cape Canaveral SFS. The contractor must provide hardware, software, and 24/7 technical support. Key technical requirements include compliance with AFI 33-200, CNSSP-11, NIAP Common Criteria Evaluation and Validation Scheme, and NIST FIPS Cryptographic Module Validation Program. Products must support IPv6, be on the DoD UC Approved Products List, and meet Section 508 accessibility mandates. Contractual requirements cover technical refreshes, Trade Agreements Act (TAA) compliance, authorized reseller provisions, a DD Form 254 for classified access, clear identification of remanufactured products, backorder notifications, OEM warranties, software licensing, safeguarding classified information, limited installation services, 24/7 customer support, and product maintenance. Delivery requirements specify adherence to schedules for CONUS, OCONUS, and remote locations, with specific guidelines for military air cargo if commercial deliveries are not feasible.
25QB142 SOO Rev_Redacted.pdf
PDF222 KBSep 12, 2025
AI Summary
The Statement of Objectives (SOO) outlines the procurement of NIPR/SIPR Data Transfer Equipment and associated services for secure data transfer at Patrick SFB and Cape Canaveral SFS. The contractor must provide hardware, software, and 24/7 technical support, ensuring compliance with various federal mandates including AFI 33-200, CNSSP-11, NIAP/CCEVS, NIST FIPS CMVP, IPV6 capabilities, UCR 2013, and Section 508 of the Rehabilitation Act. The document specifies a list of brand-name or equal BAE Systems products, requiring adherence to Trade Agreements Act (TAA) and offering technical refresh capabilities. Contractors must possess an active facility clearance, comply with DD Form 254 for classified information, and provide OEM warranties. Delivery timeframes vary based on location and urgency, ranging from 24 hours for emergency CONUS orders to 45 calendar days for routine OCONUS deliveries.
25QB142 BNJ Approved_Redacted.pdf
PDF199 KBSep 12, 2025
AI Summary
No AI summary available for this file.
25QB142_CSS Approved.pdf
PDF171 KBSep 12, 2025
AI Summary
This Combined Synopsis/Solicitation FA252125QB142 is a Request for Quote (RFQ) for commercial items, specifically for hardware, software, and 24/7 technical support to enable secure data transfer between NIPR and SIPR networks at Patrick SFB and Cape Canaveral SFS. The requirement is for brand name “or equal” BAE Systems plc products, including various XTS software and hardware components, Glasswall, Purifile, and engineering support services. Offerors must be registered in SAM.gov, possess a minimum Secret Facility Clearance (FCL), and provide a detailed technical quote demonstrating capability, delivery time, and pricing, including shipping costs. The award will be a Firm-Fixed-Price (FFP) contract based on technical acceptability, lowest price, and past performance, with the government reserving the right to cancel the solicitation. Quotes are due by September 2, 2025, at 2:00 P.M. Eastern, and must be submitted via email to keona.franklin@spaceforce.mil and gage.belyeu.2@spaceforce.mil.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 10, 2025
amendedAmendment #1· Description UpdatedAug 26, 2025
amendedAmendment #2Sep 2, 2025
amendedAmendment #3Sep 4, 2025
amendedAmendment #4· Description UpdatedSep 9, 2025
amendedLatest Amendment· Description UpdatedSep 12, 2025
deadlineResponse DeadlineSep 17, 2025
expiryArchive DateOct 2, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA2521 45 CONS PK

Point of Contact

Name
Keona Franklin

Place of Performance

Florida, UNITED STATES

Official Sources