Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOURCES SOUGHT

58 -- Market Research and Request for Information (RFI) Capability Solutions for Ground Weapons Locating Radar, Tactical Enhancements, and Expeditionary Airport Surveillance Radar

Notice Date
11/10/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410RFIG1
 
Response Due
1/19/2010
 
Archive Date
1/20/2010
 
Point of Contact
Mohammed HaqueContract Specialist703-432-3167mohammed.n.haque@usmc.mil
 
E-Mail Address
er
 
Small Business Set-Aside
N/A
 
Description
NOTE:THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 1.0Introduction: The Ground/Air Task Oriented Radar (G/ATOR) program is a single materiel solution for the Multi-Role Radar System (MRRS) and Ground Weapons Locating Radar (GWLR) requirements. It is structured as an evolutionary acquisition consisting of four blocks of incremental development and production, referred to as Increments I through IV. Each subsequent increment (II, III, and IV) compliments Increment I with additional capability through software development that leverage the Increment I software application. Each increment builds upon the capabilities of the preceding increments in an additive fashion and will be backward compatible with the previous increments. The acquisition strategy considers Increments II, III, and IV, collectively, as a possible candidate for competitive procurement. 1.1Purpose:This RFI is the initiation of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and is not a Request for Proposal (RFP). The United States Marine Corps (USMC) National Region Contracting Office is issuing this RFI, as part of the G/ATOR program, to assess industry's capability to provide the Increment II, III and IV materiel solution. The material solution of Increment II, III, and IV shall provide the following capabilities: Increment II-GWLR:.?Locating enemy indirect systems and generating artillery target intelligence.?Locating enemy indirect fire systems and generating fire missions.?Registering and adjusting friendly artillery and mortars.?Validating the location of friendly fires.?Providing target intelligence and information to allow friendly forces to take force protection measures while generating fire missions to attack enemy indirect fire systems Increment III-Enhanced Air Defense/Surveillance Radar (EAD/SR):.?Enhancements for Identification-Friend-or-Foe (IFF) incorporation of Modes 5 & S.?Improved Electronic Protection (EP) capabilities to defeat threat electronic countermeasures.?Anti-Radiation Missile (ARM) protection capability (Decoys).?Sensor-to-Sensor Networking for heightened battlespace awareness.?Non-Cooperative Target Recognition (NCTR) capability to augment situational awareness.??mbedded simulation capability to provide individual training and the generation of realistic threat profiles for Marine Corps and Joint Service exercises.??utomated logistics Integrated Data Environment (IDE) capability, to enable performance monitoring from remote locations via the Internet Increment IV-Enhanced Air Surveillance Radar (EASR):.?Federal Aviation Administration (FAA) Interoperability.?Weather Detection.?Dual Frequency obstruction light.?Marine Air Traffic Command and Control (C2) Contingency mode 1.2 Objective: Data submitted in response to this RFI will be used to assess the marketplace environment for providing the USMC with the material solution for Marine Expeditionary Force (GWLR), EAD/SR, EASR; and secondly to determine the range and depth of Increment I data needed by a potential vendor to successfully develop and produce the Increment II, III and IV capability with no re-design of the Increment I hardware, no basic radar operations software modification or the application of interface devices or middleware. 2.0 Background: 2.1Description of Proposed System: G/ATOR consists of three configuration items and software, i.e. the Radar Equipment Group (REG), the Communications Equipment Group (CEG) and the Power Equipment Group (PEG) with a Pallet Assembly. The REG and its transporter are designed as an integral towed package. The CEG and PEG are mounted on existing Government Furnished Equipment (GFE) vehicles. The current configuration utilizes one MK25 Medium Tactical Vehicle Replacement (MTVR) and one M1152 High Mobility Multipurpose Wheeled Vehicle (HMMWV). Additionally, one Mobile Electric Power (MEP) 806B 60KW generator is provided as GFE. The G/ATOR with GFE vehicles will be employed within the Marine Air Ground Task Force (MAGTF) and tactically moved by driving from one location to another. In addition to tactical movement, the G/ATOR can be configured for transport via MAGTF organic aviation assets such as: C-130 MV-22 and CH-53 or configured for commercial transport via tractor-trailer or rail assets. The software consists of two components; basic radar operations software, common to all increments; and mission software, unique to each of the G/ATOR missions. The relationship of each of the missions (Increment I, II, III and IV) is provided in Attachment I. 2.2Increment I Mission:Increment I supports two distinct mission areas: short-range air defense (SHORAD) and air surveillance Tactical Air Operations Center (TAOC) Mode. Increment I also provides for growth to all of the following increments with no equipment redesign and includes a computer software architecture that allows for the processors, computer software, and firmware to be upgraded with the functionality of all following increments. The System Design and Development/Engineering and Manufacturing Development phase is currently being performed under contract. 2.3Increment II Mission:Increment II provides the GWLR capability and supports the mission area of detecting, tracking, classifying, and accurately determining the origin and impact of enemy projectiles. Increment II is planned to be a software program onto existing Increment I hardware and provide a lightweight, expeditionary, three-dimensional (3-D), medium/short-range, ground weapons locating radar. It is an expeditionary radar system which will acquire threat indirect fire systems at greater ranges than currently fielded radars and will fully support the MAGTF and Expeditionary Maneuver Warfare (EMW). 2.4Increment III Mission: Increment III provides G/ATOR with an EAD/SR capability. Enhancements include IFF, ARM defense, sensor-to-sensor networking, Non-Cooperative Target Recognition (NCTR), and simulation and automated logistics capabilities as key deliverables. Theater Air Missile Defense, Combat Identification, Close Air Support, and Global Information Grid Capstone Requirement Documents identified, examined, quantified, and articulated the need for these enhancements. 2.5Increment IV Mission: EASR capability that provides the following enhancements to G/ATOR:.Federal Aviation Administration (FAA) Interoperability.Weather Detection.Dual Frequency obstruction light.Marine Air Traffic Control (MATC) Contingency C2 Mode The EASR capability is vitally important to the growth of G/ATOR because the baseline radar does not provide all the capabilities required for the future joint force operations. The addition of the EASR will enable Marines to fulfill Joint Operating Concepts and Joint Functional Concepts using a family of G/ATOR radars employed in challenging environments across the range of military operations. 2.6Key Notional Events:Increments II, III and IV mission software will be hosted on the Increment I hardware and system software. As such, a relationship exists between Increment I events and Increment II, III and IV events. The key notional events for Increments I, II, III and IV involve delivery of Increment I low-rate production quantities from which subsequent increment software can be loaded to test and refine that particular operational functionality. The program schedule is success oriented in that its assumed a successful MS C decision and Increment I Initial Operational Test and Evaluation (IOT&E). The successful IOT&E will allow for the start of Full Rate Production (FRP) in a timeframe conducive with meeting Initial Operational Capability (IOC) for all increments. Requested Information: Respondents are requested to provide information that identifies their capability to design, develop, field and sustain the unique mission software for Increments II, III, and IV clearly identifying the Government provided data and material needed to meet the performance requirements identified in Attachments II (Increment II), III (Increment III), and IV (Increment IV), hereinafter referred to as "Requirements" and assess the risk of meeting the key notional events. These attachments have a security classification of For Official Use Only (FOUO). Contractors may submit email requests for copies of the attachments to Mohammed Haque (Mohammed.n.haque@usmc.mil), Contract Specialist, 2200 Lester Street, Bldg 2204, Quantico, VA. 22134-6050; phone (703) 432-3167. Contractors must include a US Postal physical mailing address (no P.O. Boxes) and current and valid CAGE code for security verification of an active clearance. Copies of attachments will be sent via US Postal Service. Additionally, responses to any industry questions that include any information classified as FOUO will also be sent via US Postal Service. 3.1Company Capabilities Statement (page limitation 20 pages): It is requested that interested businesses submit to the Contracting Officer a brief capabilities statement addressing the following: 3.1.1Company Profile: Respondents are requested to provide the company name; company address; company business size; point-of-contact (POC) name, phone number, fax number, and e-mail address; and company profile to include number of employees, annual revenue history, annual financial report, office location (s), Data Universal Number System (DUNS) number, and business classification (i.e., large, foreign, small disadvantaged, veteran owned, minority owned, etc). 3.1.2Technical Approach: Respondents are requested to provide the technical approach to be used in meeting the "Requirements", in developing, producing, fielding and supporting the mission software for GWLR, EADS/SR, and EASR capability hosted on Increment I's hardware baseline and supported by its basic radar operations software. 3.1.3Design Approach: Respondents are requested to provide the design, interface, and integration and testing approach for ensuring the Increments II, III, and IV mission software will be hosted seamlessly on the Increment I hardware and wholly compatible with its basic radar operations software without re-design of the hardware, basic radar operations software modification or the application of interface devices or middleware. 3.1.4Corporate Experience: Respondents are requested to provide the prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government POC with current telephone number, and a brief description of how the referenced contract relates to the services required to comply with the "Requirements". 3.1.5Assessment: Respondents are requested to provide a self assessment and a requirements assessment. 3.1.5.1 Self Assessment: Respondents are requested to provide a "self assessment" of the readiness of the technology they will employ in meeting the "Requirements" (attached). Also respondents are requested to provide the supporting Technology Readiness Level (TRL) documentation, in accordance with Technology Readiness Assessment (TRA) Deskbook, dated 2009, as an attachment to the Company Capabilities Statement. (no page limit on the supporting documentation). 3.1.5.2 Requirements Assessment: Respondents are requested to provide a requirements assessment of Increment II, Attachment II, paragraph 6.1.5, Attribute Acquisition Coverage considering two alternatives: alternative #1-1600 MIL (threshold) and a 6400 MIL (Objective) and Alternative #2- 1600 MIL and 6400 MIL (threshold) where threshold equals objective. Respondents are requested to provide as part of the assessment the impact on other attributes in paragraph 6.1.1. 3.1.6Resources: Respondents are requested to provide identification of the software development resources available to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel. 3.1.7Management: Respondents are requested to provide the approach to planning, management, scheduling and reporting schedule, cost and performance. 3.1.8Subcontractor Utilization: Respondents are requested to provide potential subcontractor and teaming arrangements addressing the specific capabilities brought to the team as related to the "Requirements". 3.1.9SEI SW-CMM and CMMI Certification: Respondents are requested toprovide information regarding their CMMI Level Certification. The level ofcertification should directly represent the division(s)/sector(s) of the company where the work would be performed. 3.2Government Furnished Information/Material (no page limitation): It is requested that interested businesses submit to the Contracting Officer a comprehensive identification of the government furnished equipment, data, information, specifications and material that would be required to develop, produce and deliver validated Increments II, III, and IV mission software considering the following: 3.2.1Increments II, III, and IV Performance Requirements: The product resulting from the development of the Increment II, III, and IV capabilities must be in accordance with the attachments II, III, and IV. 3.2.2Impact of Increments II, III, and IV on Increment I: Increment II, III, and IV capabilities must be seamlessly hosted on the Increment I hardware and wholly compatible with the basic radar operations software. The development, production, fielding and sustainment must occur with no re-design required of the Increment I hardware, no basic radar operations software modification or the application of interface devices or middleware. 3.3 Schedule Assessment: It is requested that interested businesses submit a risk assessment of the probability of meeting the key notional event dates with fully integrated, operationally effective Increments II, III, and IV capabilities in accordance with the attachments II, III, and IV. 4.0Responses: 4.1Response Format: Interested businesses which believe they are capable of providing an Increments II, III, and IV capabilities material solution, as described above, are invited to express their interest by responding to this RFI in three separate sections titled "Company Capabilities Statement"; "Government Furnished Equipment, Data, Information, and Material"; and "Schedule Assessment" in Microsoft Word for Office 2003-compatible format. 4.2Proprietary Markings: Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. 4.3Submission Requirements: Responses shall be submitted electronically via e-mail to Mohammed Haque, Contract Specialist (mohammed.n.haque@usmc.mil). All submissions received will not be returned. Telephone replies will not be accepted. The response package may be sent by mail to MARCORSYSCOM, Contracts CT02, Jennifer Sellers, Contracting Officer, 2200 Lester Street, Building 2204, Quantico, VA. 22134-6050. All responses must include the following information: Company Name; Company Address; Company Business Size; CAGE Code, and POC name, phone number, fax number, and e-mail address. As previously stated, submissions received will not be returned and telephone replies will not be accepted. 4.4Questions: Questions or comments regarding this notice may be addressed to Mohammed Haque, Contract Specialist (mohammed.n.haque@usmc.mil) by email only. No questions will be accepted after December 10, 2009 at 1400 Eastern Time. The Government intends to respond to as many questions as possible and will respond to questions via amendment posted to FedBizOpps so that all interested parties will benefit from the same information. It is industries responsibility to monitor the site for the release of any amendment to this announcement. However, if some of the answers to industry's questions include FOUO classified information, only vendors who have provided the Government with their US Postal mailing address and valid CAGE code will be provided this information via US Postal Service. 4.5Response Deadline and Submissions: Responses are requested no later than January 19, 2010 at 1600 Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410RFIG1/listing.html)
 
Record
SN02001492-W 20091112/091110235246-1bdc53759f03244c64c7c5ec939a8d73 (fbodaily.com)
 
Source
FedBizOpps 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.