Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2013 FBO #4108
SOLICITATION NOTICE

K -- Aircrew Electronic Warfare Tactical Training Range (AEWTTR)

Notice Date
2/20/2013
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept. 2 Naval Air Warfare Center Weapons Division Dept. 2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893613R0037
 
Response Due
3/25/2013
 
Archive Date
3/25/2014
 
Point of Contact
Erin Strand 760-939-7309 Mary Jacobs, 760-939-6043
 
E-Mail Address
Erin Strand
(Erin.strand@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWPNS) seeks qualified vendors to provide products and modification of detection equipment for the Aircrew Electronic Warfare Tactical Training Range (AEWTTR) Integrated Product Team (IPT) at China Lake, CA. The primary focus of this notice is to identify interested sources for information and planning purposes only. Potential sources need not show capability in all areas; if there is expertise in some areas, identify and concentrate on those areas. AEWTTR products include 1) AN/GPQ-11 (V) / Reactive Track and EW / Threat Systems; 2) AN/GPQ-11 (V) and EW / Threat Depot Level Support; 3) Threat EW Range Architecture, Training and Test Enabling Architecture (TENA), and Threat Interfaces; 4) Threat System Parameter Verification, Updates, & Maintenance; 5) AN/GPQ-11 (V) and EW / Threat Equipment Upgrades; 6) AN/GPQ-11 (V) and EW System Initial Spares; 7) Threat / EW Range Infrastructure Upgrades; 8) Threat Range Instrumentation Integration; 9) Smart Targets / Multi-Spectral Threats and Threat Integration; 10) Prototypes, Demonstrations, and Studies; 11) JNTC, Fleet Exercises, and Battle Experiment Integration; and 12) Threat and Threat System Instrumentation Technical Support. Because of the interactive nature of the AEWTTR products and the thrust to emphasize commonality and joint interoperability across all Department of Defense (DOD) ranges, integration plays a key role in the projects executed by this IPT. Therefore, it is critical for the contractor to not only have highly qualified employees, but also have the necessary infrastructure to procure and assume responsibility for major subsystems and components. The contractor shall design, develop, upgrade, procure, fabricate, install, integrate, test, maintain, and repair AN/GPQ-11(V) reactive track and electronic warfare (EW) threat systems designed to provide a dense, realistic, electromagnetic environment to be used by the defense community for weapon systems development, test and evaluation, test and evaluation of defense suppression systems, electronic countermeasures (ECM) equipment, and electronic counter-countermeasures (ECCM) equipment. The contractor shall design, develop, upgrade, procure, fabricate, install, integrate, and test threat variants and various types of EW threat systems to simulate various worldwide threats. The contractor shall review and evaluate production design data and documentation. The contractor shall provide operational requirements assessment and validation applicable to the Threat Presentation Program. The contractor shall support the development of Training and Test Enabling Architecture (TENA) object models. This effort includes the production of hardware, software, and integrated solutions to extending and developing the EW architecture. The contractor shall provide threat/EW range communications and connectivity interfaces, including range interface boards, such as the Range Interface Board (RIB), threat and range gateway TENA interfaces, red/black interfaces, trusted guard interfaces, and encryption interfaces. The contractor shall accomplish these efforts on both Navy and Joint ranges, such as the Joint National Training Capability (JNTC), including major exercises and battle experiments. The contractor shall provide threat/EW range infrastructure products, including communication systems/networking systems, sites, shelters, power production and power distribution systems, towers, control centers, and other related systems as required to integrate and operate threat/EW range systems. The contractor shall also provide the threat/EW range mobile connectivity required to conduct training in a mobile and dynamic environment. The contractor shall provide the equipment and connectivity necessary to accommodate operation of range threat/EW and instrumentation systems. The contractor shall provide logistics support, and establish and maintain a depot like environment for accomplishing reactive track, EW, and other threat systems equipment updates. The contractor shall maintain the Government-approved system configuration for hardware and software baselines at all times. The contractor shall track changes and perform all necessary hardware and software work required to accomplish the updates. The contractor shall provide hardware updates and modifications to reactive track, EW, and other threat systems. The contractor shall perform Tactical Combat Training System (TCTS) Control and Computational Subsystem (CCS)/EW Server to threat systems integration. This work includes all necessary and related work regarding the related processors, networking, software, red/black separation, EW server threat integration software development, and threat integration with pairing, control, set-up, and configuration systems. Level of facility clearance required: SECRET. Level of safeguarding required: SECRET. A draft Statement of Work is being developed, but the current task order Performance Work Statement is available upon request by contacting Erin Strand, Contract Specialist, at erin.strand@navy.mil. AEWTTR is currently being performed by Lockheed Martin (N68936-10-D-0035). If a contract is awarded for this effort, the Government anticipates a single award contract using indefinite-delivery, indefinite-quantity (IDIQ). The expected period of performance will be 5 years. Both cost and fixed price orders are anticipated. Questions and comments are highly encouraged. Upon request, the Government is willing to meet with interested parties, either in person or by conference call, during this market research phase. Submissions of interest and/or statements of capability in the requirement mentioned above should include the following information, taking into consideration that the information submitted may not be used for a procurement action: (1) A reference to the schedule number N68936-13-R-0037and title (AEWTTR Sources Sought) of this announcement; (2) Company Name and Address; (3) Company ™s point of contact name, phone, fax, and e-mail; (4) If a U.S. or foreign company; (5) Company Size (Small or Large according to the NAICS and size standard listed below); (6) If your company is a Small Business, specify if your company is or is not each of the following: (a) Small Disadvantaged Business; (b) HubZone Business; (c) Woman-Owned Business; (d) 8(a) Business; (e) Veteran Owned Business; (f) Service-Disabled-Veteran-Owned Small Business; (7) Any teaming arrangements; (8) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum) demonstrating ability to perform the specific requirements discussed above. Vendors need not demonstrate capability in all areas. Vendors can concentrate on areas of expertise. (9) An outline of previous projects, specific work previously performed or being performed; and (10) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. The objective is to compete this requirement. A decision to set aside all or part of this requirement is dependent on a review of the information submitted in response to this sources sought. In addition to searching the market for qualified vendors, the results of the sources sought will be used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 334511 with a small business size standard of 750 employees. All Small Business Set-Aside categories will be considered. The Government requests that all companies, Large and Small, submit their business size. This announcement is open until 2:00 PM Pacific Time, 25 March 2013. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses should be sent to Erin Strand, Contract Specialist, by e-mail at erin.strand@navy.mil, by fax at 760-939-8329, or by mail at Commander, Code 220000D (E. Strand), NAVAIRWARCENWPNDIV, 429 E. Bowen Rd “ Stop 4015, China Lake, CA 93555-6108. This sources sought 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 technical description is strictly voluntary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893613R0037/listing.html)
 
Record
SN02991161-W 20130222/130220234321-0765ca830ac89c0b669033d2b313640a (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.