SPECIAL NOTICE
58 -- Joint Precision Approach and Landing System (JPALS)
- Notice Date
- 4/15/2004
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- Reference-Number-JPALSRFI-1
- Response Due
- 5/4/2004
- Archive Date
- 5/19/2004
- Point of Contact
- John Antol, Contract Specialist, Phone (301) 757-5913, Fax 301-757-5946, - Robert Wolfe, Contracting Officer, Phone (301) 757-5916, Fax 301-757-5946,
- E-Mail Address
-
John.Antol@navy.mil, wolfera@navair.navy.mil
- Description
- REQUEST FOR INFORMATION (RFI) Joint Precision Approach and Landing System (JPALS) The following information is provided for planning purposes only and is subject to change. This Request For Information (RFI)does not constitute a Request for Proposal (RFP). The Government is not committed or obligated to pay for the information submitted in response to this RFI, and no basis for claim shall arise as a result of this RFI or contractor response to this RFI. The Naval Air Systems Command, Patuxent River, Maryland, is in the process of conducting market research and planning for the acquisition strategy for System Development and Demonstration (SDD) for the Joint Precision Approach and Landing System (JPALS). JPALS is a rapidly deployable, adverse terrain, survivable, maintainable, and interoperable Global Positioning System (GPS)/Inertial Navigation System (INS)-based precision approach and landing system (on land and at sea) that supports the warfighter when atmospheric ceiling and visibility are limiting factors. JPALS is a Joint Program and the Navy, Air Force and Army are participants. For the purposes of this acquisition, JPALS will be composed of three variants. Variant one is the Land Based Fixed system, variant two is the Land Based Tactical system, and variant three is the Sea Based system. Enabling technologies include Differential Global Positioning System (DGPS) with an anti-jam capability, a Low Probability of Intercept (LPI) UHF Data Link (Sea Based only), a one way VHF broadcast (Land Based only), a to be determined Combat Operations Data Link(Land Based only) and an Inertial Navigation System (Sea Based). A competitive, performance-based specification RFP for the JPALS SDD effort is currently planned for release in June 2005, resulting in a Best Value source selection award in November/December 2005. The JPALS management team solicits industry comments to the following: 1. Primary consideration is for a Cost-Plus Incentive fee (CPIF) type contract; however, potential for use of a Fixed Priced Incentive contract has not been precluded. Industry input is solicited regarding selection of contract type as well as for ideas to consider for an effective SDD contract incentive program, considering cost, schedule, performance and/or other factors. 2. What tasks, technologies, or managerial aspects applicable to this acquisition would you characterize as high or medium risk areas? What mitigation techniques would you recommend be employed to those respective risks? What type of Contractor/Government organization structure would be effective for this sort of acquisition? 3. Comments are solicited regarding the Industrial Base interest and projections for differential GPS and other technologies related to JPALS. Comments are solicited regarding capability to maintain a strong, competitive supplier base, including small and small disadvantaged business participation. 4. It is critical to maximize commonality in areas such as hardware and software configuration, testing processes, and user interface between the JPALS variants. This commonality will enhance affordability, interoperability, maintainability, and training concepts. The government is considering consolidating the technical requirements for all three variants into a single performance and interface standard. The potential risks for this are not fully understood and industry comment is encouraged. Industry input is encouraged on methods to implement such commonality during SDD. Input is requested regarding contractor Design-to-cost approaches and objectives. 5. Open Systems Architecture (OSA) and Software Communications Architecture (SCA) are planned for the JPALS variants. For the purposes of this RFI, acceptable descriptions of these architectures are found at the following web sites: OSA: http://www.sei.cmu.edu/opensystems/glossary.html SCA: http://jtrs.army.mil/sections/technicalinformation/fset_technical_sca.html You are requested to provide any comments as to recommended approaches and feasibility of Open Systems Architecture and Software Communications Architecture approaches for integration in a variety of aircraft, surface ship platforms, and Land Based sites. 6. Various sparing strategies are being considered, including ?hot? spares versus on the shelf. There may be similar electronic systems in industry that employ this approach, without reduction of high standards for system availability and dependability. JPALS is interested in business case analyses or experience that may show the effectiveness of embedding spares versus traditional supply management. Due to our current technology refresh plans every 3-5 years, interest in packaging complete support within the hardware system to simplify the external support system is desirable. This facilitates potential manpower reduction opportunities. Lastly, risk mitigation planning alternatives not addressed above for diminishing resources are encouraged. 7. A JPALS Industry Day is being planned for on or about 21 July 2004 in the Lexington Park, MD area. Potential prime contractors and subcontractors are invited to attend. What topics would you like to see addressed at the conference? Are you interested in attending? Based on responses received to this RFI, we will determine if there are any space constraints which could limit the number of personnel from interested contractors/subcontractors from attending. JPALS technical specifications are in development, however, early draft specifications and other related technical and programmatic documentation is available for your review and comment at http://pma213.navair.navy.mil/systems/jpals_specifications.htm Interested parties should check this web site periodically for updated information. Note that early draft documentation refers to Shipboard Relative GPS (SRGPS)(Sea Based system), and Local Area Differential GPS (LDGPS) (Land Based systems). These specifications and associated documents are in the process of being addressed in the single JPALS SDD procurement discussed above. Other comments and suggestions regarding the Government?s course of action and/or alternatives you may offer are encouraged and appreciated. We request that all written responses and comments be received no later than 4:00 PM on 4 May 2004. Firms responding should indicate whether they are small business (S), a small disadvantaged business (SDB), 8 (a) or large business (L). Interested parties should provide a primary point of contact, including telephone number and e-mail address, as well as indicate how many personnel representing the company it would like to attend the Industry Day. Responses should be e-mailed to both of the following individuals: John.Antol@navy.mil NAVAIR Contracts/AIR-2.4.2.6.5, telephone (301)757-5913, and Kenneth.Harmon@navy.mil NAVAIR Program Office/PMA-21362A, telephone (301)995-6326.
- Place of Performance
- Address: N/A
- Record
- SN00566793-W 20040417/040415212451 (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 |