Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2002 FBO #0111
MODIFICATION

17 -- JOINT PRECISION APPROACH AND LANDING SYSTEM (JPALS)

Notice Date
3/21/2002
 
Notice Type
Modification
 
Contracting Office
ESC/GAK, 75 Vandenberg Dr., Bldg 1630, Hanscom AFB, MA 01731-2103
 
ZIP Code
01731-2103
 
Solicitation Number
F19628-02-R-0021
 
Response Due
4/1/2002
 
Archive Date
10/1/2002
 
Point of Contact
Christine Baron 781-377-9304
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(Christine.Baron@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
JOINT PRECISION APPROACH AND LANDING SYSTEM (JPALS) COMPONENT ADVANCED DEVELOPMENT REQUEST FOR INFORMATION (RFI) AND INDUSTRY DAY ANNOUNCEMENT - This is a combined Request for Information (RFI) and Industry Day Announcement for the Joint Precision Approach and Landing System (JPALS) Component Advanced Development (CAD) Phase. The following information is provided for planning purposes only and does not constitute a Request For Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. JPALS Request For Information (RFI). The Electronic Systems Center Navigation and Landing Systems Program Office (ESC/GAL) Program Office at Hanscom AFB, MA is requesting information and feedback from industry on the planned acquisition approach that it plans to use for the CAD Phase of the JPALS Program. ESC/GAL would like to discuss the JPALS CAD acquisition approach and the answers to the accompanying questions, during the JPALS Industry Day. These questions are intended for the prospective prime contractors (and their team members) for the planned Competitive CAD procurement. JPALS Program Background. ESC/GAL and the Satellite Navigation and ATCALS Program Office at the Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, MD are responsible for the research and development of the JPALS, the next generation landing system for the Department of Defense (DoD). JPALS is intended to support all precision approach and landing operations: fixed base, tactical, shipboard, and special mission, under a wide range of meteorological conditions. ESC/GAL is responsible for developing the fixed base, tactical, and special mission versions of JPALS while NAWCAD is responsible for the shipboard version of JPALS. ESC/GAL has nearly completed its initial Architecture and Requirements Definition (ARD) efforts including the development and testing of a prototype LDGPS precision approach and landing system (known as the LDGPS Demonstration System) in a jamming environment and the completion of initial architecture and guidance quality studies and analysis. The Raytheon Company performed these efforts under the initial JPALS LDGPS Contract (No. F19628-99-C-0039). The major JPALS CAD efforts are outlined below. Upon completion of these CAD efforts a Defense Acquisition Board (DAB) will be convened to approve a Milestone B decision for the JPALS Program and initiate the start of the JPALS System Development and Demonstration (SDD) Phase. The SDD procurement is expected to be a full and open competition. CAD Acquisition Approach. The currently planned acquisition approach for JPALS CAD includes both a competitive and sole source procurement. These procurements are planned to be conducted in parallel to achieve the overall objectives of the JPALS CAD Phase. A brief description of these procurements is provided below. Competitive CAD Procurement. The planned competitive procurement will result in the award of up to two (2) prime contracts to accomplish the tasks and objectives described in the draft Statement of Objectives (SOO) for JPALS CAD (Competitive Effort), located on the ESC HERBB site (<<<<http://herbb.hanscom.af.mil/>>>>). A sources sought synopsis for the competitive CAD procurement was published on the Federal Business Opportunities web site, <<<<http://www.fedbizopps.gov/>>>>, on February 6, 2002 (ref. F19628-02-R-0021). As part of the RFP for the competitive CAD procurement the Government plans to require a minimum of two (2) anti-jam (AJ) technology alternatives to be included in the offeror's proposal, with an objective of at least one (1) additional AJ technology alternative. The RFP will require the AJ alternatives to be bid as priced options. This approach will result in two contracts, each with a minimum of two (2) AJ alternatives each or a total of four (4) AJ alternatives. We notionally plan to exercise three (3) AJ alternative options. One of the key objectives of the JPALS CAD effort is to evaluate or assess the compatibility of AJ technologies with the ability to meet precision approach guidance quality and availability requirements. The proposed AJ alternatives should be mature enough to be operated and evaluated as part of a flight test (probably in an Air Force C-12J). The flight testing is tentatively scheduled to occur in the third or fourth quarter of FY03. The AJ alternatives will be needed earlier to support integration and lab testing with JPALS Demonstration System. We have assembled a listing of vendors and potential AJ alternatives to support the above objectives of evaluating the compatibility of AJ technologies with precision approach performance. This list is not all-inclusive; there are likely other AJ technologies and vendors that we have forgotten or are unaware of. Furthermore, the Government in no way endorses these vendors or their technologies; we are simply providing this information to facilitate your market research for AJ technology alternatives. The list will be provided on Fed Biz Ops and the ESC HERBB sites. Sole Source CAD Procurement. The planned sole source procurement will result in a single contract award to the Raytheon Company. A Notice of Contract Action (NOCA) for the planned sole source contract was published on the Federal Business Opportunities web site, <<<<http://www.fedbizopps.gov/>>>>, on February 6, 2002 (ref. F19628-02-R-0020). The sole source contract tasks include: a. Upgrades and modifications to the JPALS LDGPS Demonstration System hardware and software developed and tested by Raytheon under their JPALS ARD Contract. b. The integration and lab testing of AJ technology alternatives, GPS receivers, software (e.g., differential correction algorithms), and other related equipment with the JPALS Demonstration System. The AJ alternatives, GPS receivers, software and related equipment will be obtained under the competitive CAD contracts. The respective competitive CAD prime contractor or subcontractor providing this equipment or software will be tasked to support the integration and lab testing with the Demonstration System. A description of the Demonstration System will be provided in the Raytheon JPALS Flight Test ION GPS paper on the Fed Biz Ops and the ESC HERBB sites. c. The support of Government flight testing of the Demonstration System (with the AJ alternatives, GPS receivers, software, and related equipment), including system set-up, aircraft integration, operation and data collection. d. Perform additional analysis and testing of the GAS-1 and develop and evaluate modifications to the existing Demonstration System software that might improve system performance. Questions for Prospective Offeror's (prospective Prime Contractors) for the JPALS Competitive CAD Procurement. The Government would like to obtain answers to the following questions prior to our planned JPALS CAD Industry Day Meeting(s). Answers should be provided in writing no later than close of business April 1, 2002. Your written responses should not exceed ten (10) single sided pages. Please be prepared to discuss your answers during Industry Day. Q1. The Government intends to compete the JPALS SDD Phase using information and data developed and obtained under the JPALS competitive CAD contracts. Are you willing to provide your JPALS architecture and performance requirement recommendations and supporting rationale without restrictions on the reuse or dissemination of this data by the Government? Are you willing to provide this information on a non-proprietary basis and with unlimited rights? Q2. What teaming arrangements do you foresee? Have you contacted GPS anti-jam manufacturers or vendors to determine their interest in working with and teaming with you during CAD? Do you think you will be able to identify at least two (but preferably three) AJ vendors willing to team with you? In what other areas are you planning to team other than AJ? Do you believe you can put together a team to accomplish the CAD tasks? Are the AJ vendors able and willing to provide prototype systems for integration and lab testing with the JPALS Demonstration System and subsequently to support flight testing of the system? Q3. Are you and your team members willing to provide your AJ technology alternatives, GPS receivers, related equipment, and software (e.g., differential correction or navigation processing algorithms) to Raytheon Electronic Systems (Tewksbury, MA) for integration into the JPALS Demonstration System? What documentation do you need to facilitate the integration of your GPS related equipment or software with the Demonstration System? Are you willing to allow Raytheon to oversee the operation of the demonstration system and data collection during flight testing? Will you enter into non-disclosure agreements with Raytheon to facilitate these integration and test efforts? We want to ensure the same test environment exist for all system undergoing test and evaluation. Q4. What types of contractor and/or Government agreements do you think you will need to facilitate the teaming arrangements and cooperation referred to in the previous two questions? Q5. Would you be willing to provide a fixed price offer for any or all of the competitive effort including options (e.g., the AJ alternatives)? Q6. Do you believe that our draft SOO for the competitive CAD effort adequately addresses the risk mitigation and architecture definition efforts required for the development of an LDGPS based precision approach system to support military landing operations? What tasks or objectives would you recommend adding or deleting from our draft SOO, if any? Are there other risks and architecture definition tasks that you believe should be addressed during CAD? In your opinion, what are the five most important risk mitigation or architecture definition tasks/objectives for the CAD phase? Industry Day Announcement. ESC/GAL would like to invite interested Industry representatives to participate in a JPALS CAD Industry Day to be held April 3-4, 2002, at the ESC Conference Center, Hanscom AFB, MA. The JPALS CAD Industry Day will be divided into two parts: a. The first part of the JPALS CAD Industry Day will be an open session held from 8:00 - 9:30 am on April 3rd. During this session the Government will brief the notional JPALS CAD acquisition strategy, a notional acquisition schedule, an outline of the major JPALS operational requirements, and additional details on the plans and objectives of the upcoming CAD Phase. All interested parties are invited to attend. If you wish to participate in the JPALS Industry Day open session, please contact Ms. Linda Dias or Lt Brandon Beers with the names and affiliation of the attendees (no more than five (5) per organization). Contact information for Ms. Dias and Lt Beers is provided below. b. The second part of the JPALS CAD Industry Day will consist of individual face-to-face discussions. These discussions will be scheduled on April 3rd and 4th and will be scheduled in ninety (90) minute blocks. Three (3) sessions will be available on April 3rd beginning at 10:00 am and four (4) sessions will be available on April 4th beginning at 7:30 am. The purpose of the individual face-to-face discussions is to provide firms interested in being JPALS CAD prime contractors and their team members a forum to discuss the JPALS CAD acquisition strategy and objectives, their ability to meet JPALS CAD requirements, and to discuss any technical issues. If you wish to participate in the JPALS Industry Day individual face-to-face discussions please contact Ms. Linda Dias or Lt Brandon Beers with the names and affiliation of the attendees (no more than eight (8) attendees total, includes both prime contractor and team member attendees). The following companies have expressed interest in being JPALS CAD prime contractors (for the competitive procurement): Honeywell Defense and Space Systems, Clearwater, FL; Lockheed-Martin Aeronautics, Palmdale, CA; Lockheed Martin Systems Integration, Owego, NY; Raytheon Command, Control, Communications, and Information Systems, Fullerton, CA; Science International Applications Corporation, San Diego, CA; Sierra Nevada Corporation, Salt Lake City, UT. Interested subcontractors should contact these companies. Additional Information: The Government will not reimburse contractors for any cost associated with preparing or submitting a response to this notice or the RFI. Participation in the JPALS CAD Industry Day is voluntary. The conduct of the JPALS CAD Industry Day and/or the information presented herein will not obligate the Government in any manner. The Government will not reimburse the Industry Day attendees for any cost associated with participation and is under no obligation to award any related contract associated with this event. This invitation to participate in the JPALS CAD Industry Day does not constitute an invitation for bid or request for proposal. Any procurement action for JPALS will be the subject of a separate, future announcement. JPALS CAD information is also available on the ESC HERBB site at the following address:http://herbb.hanscom.af.mil/. Please direct any questions you may have concerning the RFI or Industry Day to Ms. Christine Baron, Contracting Officer, (781) 377-9304 or John Wilder, Division Chief, GAK (781) 377-5612. Hanscom AFB Visitor Access Procedures and Information. JPALS Industry Day attendees (visitors) MUST provide the following information to either Linda Dias or Lt Brandon Beers by close of business, Thursday March 28, 2002 to insure access to the base and to make your appointment for Industry Day. Visitors MUST also have a valid picture identification to be granted access to the base. Also, visitors must enter the base through the Hanscom AFB Vandenberg Gate, which is located off the airport access road which intersects with Route 2A. Name(s) of Visitors: Company Name(s): Company Address(es): Company POC(s) Telephone Number(s): Company POC(s) E-mail Address(es): Information should may be e-mailed or faxed (e-mail preferred) to either: Ms. Linda Dias Tel. No. 781-377-9102 E-mail: Linda.Dias@hanscom.af.mil Fax. No. 781-377-9139 Lt Brandon Beers Tel. No. 781-377-9329 E-mail: Brandon.Beers@hanscom.af.mil Fax. No. 781-377-9139 See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00046447-W 20020323/020321213218 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.