KI-492 National Security Agency (NSA) Certification
ID: SDA-SN-26-0004Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2401 SPACE DEVELOPMENT AGENCY SDACHANTILLY, VA, 20151-2222, 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; APPLIED RESEARCH (AC32)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Space Development Agency (SDA), intends to award a sole-source contract to Innoflight for the KI-492 National Security Agency (NSA) certification Engineering Change Proposal (ECP), which includes necessary software updates and fixes for the KI-492 encryption device. This procurement is critical for ensuring the device's compliance with NSA requirements for secure communications, as the KI-492 is integral to the SDA's operations, particularly for Tranche 2 applications. Interested parties may express their interest and provide a description of how they can fulfill the requirements by emailing the primary contact, Marco Castaneda, by December 22, 2025, at 5:00 PM EST. The anticipated contract will be a firm-fixed price agreement, and all interested vendors must be registered with the System for Award Management (SAM) to be eligible for award.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source: Satellite Processing and Integration Facility Support Extension
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to issue modifications to a sole source contract with SpaceX for the continued support of a satellite processing and integration facility. This facility is designed to accommodate up to 21 satellites and associated hardware, facilitating essential post-transport functional testing, mechanical and electrical integration, and payload encapsulation. The modifications, valued at an estimated total of $29,200,000, will extend the contract period by one year and include an additional one-year option, with the first modification expected to be awarded in December 2025. Interested parties may direct inquiries to the SDA Special Notice Coordinator at ussf.pentagon.sda.mbx.sn-26-0002@mail.mil.
    58--ENCRYPTION-DECRYPTI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of encryption-decryption equipment under the title "58--ENCRYPTION-DECRYPTI." The contract requires the delivery of 13 units of the specified equipment, with strict adherence to guidelines regarding the provision of newly manufactured spares, as refurbished or remanufactured items will not be accepted. This procurement is critical for ensuring secure communications within defense operations, emphasizing the importance of compliance with government standards and regulations. Interested vendors should direct inquiries to Keli Barish at 215-737-3861 or via email at KELI.BARISH@DLA.MIL, with proposals due by the specified deadline.
    TACLANE-FLEX Customizable Encryption Platform
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure the TACLANE-FLEX Customizable Encryption Platform, which operates at 1 Gb/s and utilizes Single Mode technology. This procurement will be fulfilled on a Sole Source basis from General Dynamics Mission Systems, Inc., indicating that the government intends to negotiate with only this supplier under the authority of FAR 13.106-1 (b) (1) (i). The TACLANE-FLEX platform is critical for secure communications and compliance within military operations. Interested parties with questions regarding this notice should contact Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
    Cryptographic Systems Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for cryptographic systems engineering support and Communications Security (COMSEC) services. The objective is to transition from a transactional model to an integrated approach for managing space cryptographic solutions, requiring contractors to provide subject matter expertise in cryptographic systems engineering and COMSEC support to various defense agencies. Interested parties must submit a capability statement by December 18, 2025, detailing their technical approach and relevant past performance, with responses directed to Amanda Fay Henderson and Brenda M. Sydney via their provided email addresses.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services. This contract aims to provide global communications connectivity for U.S. Senior Leaders aboard the OSA/EA fleet, which includes aircraft such as the VC-25A/B and C-32A, among others. The services are critical for supporting high-level government officials, including the President and Secretary of Defense, during their operations. The contract is set for a duration of two years and seven months, from April 1, 2026, to October 31, 2028, with a small business size standard of $44 million under NAICS code 517410. Interested parties can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Karla Delaney at karla.delaney@spaceforce.mil.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    66 - FMS REPAIR: INERTIAL NAVIGATION
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the sole-source repair of an Inertial Navigation unit, identified by NSN 7RH 6605 014830602 CB and Part Number 233A935-1, designated as a Critical Application Item for Foreign Military Sales Case GR-P-BBK. The contractor will be responsible for evaluating, laboring, and providing materials and parts necessary to restore the unit to operational condition, adhering to strict packaging, marking, and quality assurance standards, including ISO 9001 compliance. This procurement is critical for maintaining navigational capabilities and is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested parties must ensure they meet government source approval requirements and submit inquiries to Dana Scott at dana.l.scott14.civ@us.navy.mil, with a performance period set from January 5, 2026, to April 6, 2026.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.