Federal Contract Opportunity

Last Updated on 08 Jul 2025 at 3 PM
Special Notice
Orlando Florida

CROSS DOMAIN SOFTWARE SOLUTIONS

Details

Solicitation ID N61340-FY26-IDIQ-0002
Posted Date 08 Jul 2025 at 3 PM
Response Date 15 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nawc Training Systems Div
Agency Department Of Defense
Location Orlando Florida United states 32826

Possible Bidders

Fastenal Company

Ball Absecon Albany Chesapeake Hinesville Evansville New bern Arlington Duquesne Houston Vineland Huron Killeen Alexandria Minden Bloomington Vicksburg Jefferson city Hot springs Virginia beach Hewitt Portsmouth Cheyenne Lebanon Saint cloud Oklahoma city Battle creek Stroudsburg Pine bluff Moline West chester Tucson Massena Richmond Mount pleasant North las vegas Beltsville Dover Rancho cucamonga Colorado springs Carlisle Jessup Winona Spring lake Bremerton Biloxi Elizabeth city Edgewater Guaynabo Bismarck Warren Lancaster Topeka Havelock Hattiesburg Elkridge Forestville Pearl city Sauk rapids Carson city Jacksonville Aurora New orleans Frackville Orland park Leavenworth Lakewood Elizabethtown Odenton Durham Panama city Norfolk

Idsc Holdings Limited Liability Company

Pleasant prairie Kenosha Crystal lake

Baxter Healthcare Corporation

Charlotte New providence Mundelein San antonio Glendale Waukegan Philadelphia Bedford Deerfield Irvine North reading Dallas Westlake village Stone mtn San diego Beltsville Edison Denver Tampa Grand prairie Hayward Kansas city Round lake Ocala Shawnee missi Tempe Stone mountai Madison Columbus Columbia

Sign up to access Documents

Signup now

REQUEST FOR INFORMATION FOR CROSS DOMAIN SOFTWARE SOLUTIONS (CDSS) PROGRAM

BACKGROUND: Naval Air Warfare Center Training Systems Division (NAWCTSD) seeks to identify capabilities within military and commercial community to understand their alignment within the Government’s requirement for a Cross Development Solution (CDS). The Committee on National Security Systems (CNSS) has defined a CDS as a form of controlled interface that provides the ability to manually and/or automatically access and/or transfer information between different security domains. The transfer-type CDS provides a controlled interface to manually or automatically enable and/or restrict the transfer of information between two or more security domains based on a predetermined security policy. The timely exchange of Live, Virtual and Constructive (LVC) Situational Awareness (SA), Command and Control (C2), and tactical and simulated sensor data between various security domains is critical. A CDS capable of connecting to multiple security domains on a single hardware device will allow the Warfighter during LVC training to transfer the data. As such, the Government is requesting information related to any known sources and/or capabilities of providing one.

SCOPE: The scope includes, but is not limited to, the following tasks:

The following requirements were identified as necessary to provide Warfighters with interoperability between training systems’ security domains. 

  1. The CDS must meet current National Cross Domain Strategy Management Office (NCDSMO) Raise the Bar (RTB) v5.X or higher requirements.
  2. The CDS must be on the NCDSMO CDS Baseline list.
  3. The CDS must include support for High Threat Networks and Defensive Cyberspace Operations per RTB.
  4. The vendor must provide both Tactical and Commercial software and hardware for the CDS as per RTB.
  5. The CDS must allow for the data transfer of Structured data formats as follows:
    • Voice comms (DIS v6 voice or SIP/H.323)
      • Voice Capability (DIS preferred)
        • Specifications: IEEE 1278.1-1995, IEEE 1278.1a-1998, IEEE 1278.1-2012, ITU-T G.711
      • Does your guard support RTB Anti-steganography?
    • Link16 STANAG-5516 (SIMPLE-J)
    • NIS TENA Live Standard (binary, variable length)
    • DIS v6 data
    • DIS v7 data
    • HLA
      • NCTE Interoperability Standard (NIS) HLA
      • NATO Training FOM (NTEN) HLA
    • Over the Horizon – Targeting (OTH-T Gold)
      • Specification: OS OTG Rev D

PLACE OF PERFORMANCE: Work will be performed at the Naval Air Warfare Center Training Systems Division (NAWCTSD) and/or leased spaces within the Research Park Area in Orlando, FL (within 10 mins of NAWCTSD).  
 

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS):

The Government has not determined the final North American Industry Classification System (NAICS) codes. As such, this action for market research purposes is being requested under multiple NAICS codes.

541511- Custom Computer Programming Services;

541512 Computer Systems Design Services; or

541519 Other Computer Related Services.

The small business size standard is $34 million; $30 million; and $30 million respectively. The applicable Product Service Code (PSC) is 7030 (Custom Computer Programming Services); R499 (Support- Professional: Other); R425 (Support-Professional: Engineering/Technical).
 

ANTICIPATED RFP DATE: TBD

REQUESTED RESPONSE: Interested parties are requested to submit the following:

1. A brief synopsis of your firm’s interest in and demonstrated capability to perform the Government’s intended work (no greater than 20 pages). Please include the following information listed below:

a. Identify your company’s SAM.gov registered name, CAGE code, Unique Entity ID, and POC information (telephone and email address)

b. Identify if your company is considered “small business” under the size standard associated with the NAICS code listed within this announcement.

c. Identify your company’s socio-economic status [i.e., WOSB, EDWOSB, SDVOSB, HUBZone, or 8(a)].

d. Describe your approach to managing day-to-day operations to ensure effective execution and oversight of this contract. Explain if you specialize in traditional, in person, face-to-face customer services, or if you leverage technical solutions for operations and customer services (service management tools, knowledge bases, etc.).

e. If applicable, please identify other contract vehicles the Government should consider for this requirement for which your company is an awardee [e.g., Government-Wide Acquisition Contracts (GWAC), Multi-Agency Contracts, Other Indefinite Delivery Contracts (IDC), Federal Supply Schedules (FSS), Basic Ordering Agreements (BOA), and Blanket Purchase Agreements (BPA)].

2. Please provide no more than 3 previous contracts (federal or DoD preferred) in which your firm applied new technologies into digital media and Artificial Intelligence (AI) as either a Prime or Subcontractor. Additionally, provide examples of AI tools being used to develop digital media, including transcripts, video editing, digital maintenance, etc. (no greater than 7 pages).

Responses and questions are requested to be sent via email to Julio Figueroa at [email protected] ,Technical POC and Stephen C. Wagner at [email protected]. Provide responses no later than 5 PM Eastern, 15 July 2025.

The Government will use the responses to the Request for Information to make an informed decision concerning the strategy it will pursue to meet its objectives and, if the Government elects to proceed with a procurement, to structure the solicitation to maximize commercial sector interest.
 

LIMITATION ON SUBCONTRACTING: If you are a small business interested in being the Prime Contractor for this effort, please be advised that the FAR 52.219-14, “Limitations on Subcontracting,” Class Deviation 2021-O0008, Revision 1, is now in effect which includes the definition of “Similarly Situated Entity” and provides a methodology for the 50% calculation for compliance with the clause. Small business primes may count “first-tier subcontracted” work performed by Similarly Situated Entities as if it were performed by the prime itself. Please read the full text of Class Deviation 2021-O0008, Revision 1 - Limitations on Subcontracting for Small Business, dated 15 February 2023, at https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf.

To assist in our market research and determination for this effort, if you are a small business interested in priming this effort and plan to utilize “Similarly Situated Entities” to meet the Limitations on Subcontracting, please identify the name, Unique Entity ID, and CAGE Code of the specific company(s) you intend to partner/subcontract with to meet the requirements as well as their small business size status under the NAICS Code that you as the prime would assign for their workshare. Information regarding any planned “Similarly Situated Entity” should be included in answering any questions outlined in the Notice to assist the Government’s capability determination.

DISCLAIMER: THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT 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 NOTICE IS STRICTLY VOLUNTARY.

Similar Opportunities

Orlando Florida 15 Jul 2025 at 9 PM
Orlando Florida 15 Jul 2025 at 9 PM
Orlando Florida 15 Jul 2025 at 9 PM
Orlando Florida 15 Jul 2025 at 9 PM
Orlando Florida 15 Jul 2025 at 9 PM

Similar Awards

New york New york 04 Apr 2014 at 4 PM
New york New york 14 Jun 2010 at 5 PM
Durham North carolina 21 Oct 2016 at 2 PM
Orlando Florida 06 Jun 2002 at 5 AM
New york New york 09 Jan 2014 at 12 PM