Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2014 FBO #4585
MODIFICATION

58 -- Ground/Air Task Oriented Radar System, Low Rate Initial Production utilizing GaN Technology - Ground/Air Task Oriented Radar System, Low Rate Initial Production utilizing GaN Technology

Notice Date
6/12/2014
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-14-I-0227
 
Archive Date
7/29/2014
 
Point of Contact
Jennifer Sellers, Phone: 7034325077, "Chet" Tset Wong, Phone: 703-432-5081
 
E-Mail Address
jennifer.sellers@usmc.mil, tset.wong@usmc.mil
(jennifer.sellers@usmc.mil, tset.wong@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Ground/Air Task Oriented Radar System, Low Rate Initial Production utilizing GaN Technology SEE ATTACHMENT FOR IMAGE OF FIGURE 2.3-1 Notice Type: Sources Sought Synopsis Date: 05 June 2014 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 (RFP) 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. •1.0 Introduction: The Ground/Air Task Oriented Radar (G/ATOR) is a single materiel solution for the Multi-Role Radar System (MRRS) and Ground Weapons Locating Radar (GWLR) requirements. It is a three-dimensional, short/medium range multi-role mobile radar designed to detect unmanned aerial systems, cruise missiles, air breathing targets, rockets, artillery, and mortars. Air Defense/Surveillance Radar (AD/SR) G/ATOR Block 1 (GB1) will provide capabilities in the Short Range Air Defense (SHORAD) and Air Surveillance mission areas. Ground Weapons Locating Radar (GWLR) G/ATOR, Block 2 (GB2), will address Counterfire Targeting missions. G/ATOR Block 3 (GB3) is a series of capabilities that will provide technical enhancements to the air missions. The Expeditionary Airport Surveillance Radar (EASR), G/ATOR Block 4 (GB4), will address Air Traffic Control (ATC) missions. GB3 and GB4 capabilities will be defined as part of subsequent G/ATOR acquisition planning. This RFI addresses GB1 and GB2 only. •1.1 Purpose: This RFI constitutes market research in accordance with FAR Part 10 and is not a RFP. The Marine Corps Systems Command is issuing this RFI, as part of the G/ATOR Program, to assess industry's capability to provide 8 Low Rate Initial Production (LRIP) (Lots 3, 4 and 5) GB1 and GB2 units with production configured Gallium Nitride (GaN) Transmit and Receive (T/R) modules. •1.2 Objective: Data submitted in response to this RFI will be used to assess the marketplace environment for providing the U.S. Marine Corps with 8 G/ATOR LRIP GB1 and GB2 units (Lots 3, 4 and 5) with production configured GaN T/R modules capable of meeting operational requirements. Presently, the Marine Corps will negotiate options to the G/ATOR Engineering, Manufacturing & Development (EMD) contract for obtaining 6 G/ATOR LRIP units (Lots 1 and 2) with production configured Gallium Arsenide (GaAs) T/R modules. It is the desire of the Marine Corps Systems Command to transition from GaAs configured G/ATOR systems to GaN configured G/ATOR systems for LRIP Lots 3, 4, and 5. The Marine Corps is pursuing the transition to GaN T/R modules to provide significant cost savings over the current GaAs configured LRIP design and not an increase in performance. GaN has been demonstrated to provide significant improvement in power efficiency and reliability. This improvement allows significant cost savings in T/R module packaging and reduced T/R module part count. •2.0 Background: The following system description, mission, and key milestones are provided. •2.1 Mission: GB1 supports two distinct mission areas: SHORAD and Air Surveillance Tactical Air Operations Center (TAOC) Mode. GB1 also serves as the baseline design, providing for growth to all following G/ATOR Blocks 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 G/ATOR Blocks. GB2 mission capability will be added to LRIP in the form of software upgrade. The System Design and Development/Engineering and Manufacturing Development phase is currently being performed under contract in accordance with Attachment I, Government System Design and Development Performance Specification. •2.2 Operational Concept: GB1 provides vital air defense and surveillance capabilities for joint and Marine Corps forces across the range of military operations. The principal mission of GB1 is to provide expeditionary, day or night, adverse weather radar coverage and track aerial objects within the Marine Air Ground Task Force (MAGTF) commander's area of operations. GB1's advanced technology and precision tracking enables the commander to accomplish the assigned mission and protect the force through early warning of threat cruise missiles, unmanned systems and aircraft. As a lightweight, mobile, rapidly deployable and expeditionary Marine Corps Aviation Combat Element (ACE) asset, GB1 is the baseline system for the Marine Corps short and medium range radar requirement. GB1 is a key component of the Marine Corps Aviation Command and Control (AC2) System of Systems (SoS) being developed to support Expeditionary Maneuver From the Sea in joint, MAGTF and coalition environments. GB1 provides the MAGTF commanders with a highly reliable and maintainable battlespace sensor designed to protect the force from short to medium-range threats by complementing the AN/TPS-59 Long Range Radar. GB1 multi-mission capability allows the MAGTF commander to selectively shape air defense zones that join maritime air defense and surveillance areas, reducing vulnerability gaps in the landward sector for naval forces operating in the world's littoral regions. GB2 will acquire threat indirect fire systems at greater range as well as provide greater accuracy, classification and deployability to fully support MAGTF counterfire and counter battery missions. The principal functions of the system will be to detect, track, classify and accurately determine the origin of enemy projectiles. GB2's primary mission is to locate enemy rocket, mortar and artillery weapons and provide acquired enemy locations in a timely manner for counterfire and intelligence purposes. GB2's secondary mission is to adjust or register the fires of friendly artillery units. The system will be forward deployed and, depending on the tactical situation, may be employed in any size MAGTF, ranging from the Marine Expeditionary Unit (MEU) to the Marine Expeditionary Force (MEF) level. •2.3 Description of Proposed System: GB1 and GB2 common hardware consists of the Radar Equipment Group (REG), the Communications Equipment Group (CEG) and the Power Equipment Group (PEG). The REG and its transport trailer are designed as an integral package. The PEG and CEG both have pallet assemblies, and are mounted on vehicles: one M1152 High Mobility Multi-Purpose Wheeled Vehicle (HMMWV) and one AMK23 Medium Tactical Vehicle Replacement (MTVR), respectively, which are identified as GFE. In addition, one Mobile Electric Power (MEP_-806B) 60kW generator and various GFE communications components are included in the CEG and PEG design. GB1 software consists of basic radar operations and multiple mission-specific software applications for air defense/air surveillance. GB2 software will add the GWLR capability. This GATOR system is illustrated in Figure 2.3-1 Figure 2 ‑ 1 Description of Proposed System The LRIP units (Lots 3, 4 and 5) transition to GaN primarily focuses on the production configured GaN T/R modules and Micro Power Supplies. •2.4 Key Notional Events: The first LRIP Lots 1 and 2 units will be completed and available to the Government beginning in the 3rd Qtr FY16, with all Lots 1 and 2 LRIP units delivered by the 3rd Qtr FY17. The first Lot 3 (GaN) unit is required for Government testing by first quarter of FY18. The overall test schedule strategy is as follows: Lots 1 and 2 will complete OT testing and Lot 3 will complete IOT&E prior to the Full Rate Production Decision in second quarter FY19. The intention is for all FRP units to be of the GaN configuration. The approximate period of performance for Lots 3, 4, and 5 is from June 27, 2016 to September 3, 2020. •2.5 Design, Test and Manufacturing Data: Northrop Grumman was competitively awarded the GB1 (formerly called G/ATOR Increment I) Engineering, Manufacturing and Development (EMD) contract in March 2007. As such, they are responsible for the design, development, fabrication, and developmental testing of the GB1 hardware and software and will perform all aspects of system integration. At this stage of the acquisition, Northrop Grumman retains a substantial amount of the data rights for the engineering and design data. Some of the data is proprietary and not releasable to another contractor. The EMD contract was awarded with an option for the procurement of the G/ATOR Technical Data Package (TDP). The G/ATOR PMO has exercised the option for delivery of the TDP in June 2014. It is anticipated the TDP will address all the engineering and design data; however, only data for which the government has unlimited data rights or government purpose rights can be released to other sources. Consequently, the TDP is not sufficient for competitive re-procurement or second sourcing of the entire G/ATOR systems. Complete design drawings, "build to print" specifications, quality assurance data, software code, test data and limited production tooling information for the G/ATOR system is not available. •3.0 Requested Information: Respondents who are interested are requested to provide information that identifies their capability to produce, certify (through testing), deliver and sustain 8 LRIP units (Lots 3, 4 and 5) with production configured GaN T/R modules fully capable of meeting the performance requirements identified in Attachment I and meeting the key notional events as set forth in paragraph 2.4 above. Note: The attachment has a security classification of For Official Use Only (FOUO). Contractors may submit email requests for copies of the attachment to Jennifer Sellers (Jennifer.sellers@usmc.mil), Contracting Officer, 2200 Lester Street, Bldg 2204, Quantico, VA. 22134-6050; phone (703) 432-5077. 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 facility clearance. Copies of the attachment 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. •3.1 Company Capabilities Statement (page limitation 40 pages, preferably less): Request interested businesses submit to the Contracting Officer a brief capabilities statement addressing the following: •3.1.1 Company 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.). •3.1.2 Engineering and Development Plan: In the event the respondent requires a technical development phase prior to producing limited rate production configured GaN units, the respondents are requested to provide a summary of the following: •3.1.2.1 The Program Management: Respondents are requested to provide their plan for a quality management system resource control, cost and schedule reporting, schedule and manufacturing planning, risk management, the use of Integrated Product Teams (IPTs), system security, and contract deliverable management. •3.1.2.2 System Engineering: Respondents are requested to provide their systems engineering plan addressing plan addressing documents used in the systems engineering process, technical performance measures modeling and simulation contractor performance specifications, software requirements, preliminary design, critical design, open architecture/modular/open design, integrated architecture, developmental test equipment, system/subsystem design, hardware/ software test plans, developmental engineering and logistics test support, government testing for cybersecurity, system safety, qualification testing, product baseline, functional and physical configuration audits, delivery of technical data packages, and configuration management. •3.1.2.3 Technology Readiness Level and Manufactuiring Readiness Level: Respondents are requested to provide their self-assessment as to the Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of their system in accordance with Office of the Secretary of Defense (OSD) MRL Deskbook V2.2, July 2012. •3.1.2.4 Logistics Planning: Respondents are requested to provide their plans for Interim Contractor Logistics Support (ICLS) planning, maintenance planning, designing for supportability, technical publications, training, human systems integration, item unique identification, corrosion prevention and control and diminishing manufacturing sources and material shortages. •3.1.3 Low Rate Initial Production units (Lots 3, 4 and 5) with production configured GaN T/R modules: Respondents are requested to provide production and manufacturing information that addresses the following: •3.1.3.1 Manufacturing Plan: Respondents are requested to provide their LRIP manufacturing plan identifying the approach for effective fabrication of the product design addressing approved material specifications and availability, production tooling and test equipment development, special tools, special handling, personnel training and certifications, assembly, critical processes and procedures fabrication, manpower loading, subcontractor and vendor delivery schedules, and government-furnished material and data. •3.1.3.2 Quality Manufacturing Process: Respondents are requested to provide their plan for qualifying their LRIP manufacturing process to confirm the adequacy of the production planning, tool design, manufacturing process, and procedures. Respondents are requested to address their approach for reconciling variations between the developer's production engineering approach and the respondent's production engineering approach. •3.1.3.3 Defect Control: Respondents are requested to provide a description of their program to be used to minimize and mitigate high defect rates in the their LRIP manufacturing process to minimize costs increases due to higher rework and scrap costs. •3.1.3.4 Subcontractor Control: Respondents are requested to provide their approach for use and engagement of subcontractors in the manufacture and assembly of the LRIP units. The response should address their organization for managing subcontractors, plans for on-site evaluation of subcontractors, methods for ensuring visibility into subcontractor activities, and plans for program/production readiness reviews, and vendor audits. •3.1.3.5 Piece part Control: To ensure proper identification and use of standard items already in the Military Service logistics system, respondents are requested to provide their plan for piece part control during the manufacture and assembly of the LRIP units, to include provisions for screening of parts (especially mechanical and electrical components, as well as electronic devices). •3.1.3.6 Tool Design: Respondents are requested to provide a detailed tooling plan defining the types and quantities of "hard" or "soft" tooling for each LRIP manufacturing step. The plan should address tool configuration management and calibration and risk reduction measures for mitigating the lack of information between respondent's tool design engineers and manufacturing engineers and developer's tool designers during development. •3.1.3.7 Special Test Equipment: Respondents are requested to provide a Special Test Equipment (STE) plan for supporting the LRIP manufacturing process that tests each LRIP component (or final product) for performance after it has completed in-process tests and inspections, final assembly, and final visual inspection. •3.1.3.8 Computer-Aided Manufacturing: Respondents are requested to identify how they will develop qualified LRIP design "drawing packages, (including drawings related material and process specifications) or Computer-Aided Manufacturing (CAM) data without a common data base between the development contractor and the respondent. •3.1.3.9 Manufacturing Screening: To ensure that the electronics hardware performs on demand, and that possible part type and vendor problems are discovered early, respondents are requested to describe the manner and degree to which they will utilize Environmental Stress Screening (ESS) in the LRIP manufacturing process for stimulating parts and workmanship defects in electronic assemblies and units. •3.1.3.10 Risk: Respondents are requested to provide their plan for risk management and risk mitigation of the absence of the communication between the respondent's production/manufacturing engineering and the developer of the Engineering Development Model (EDM) during the design process. •3.1.3.11 Reliability: Respondents are requested to provide their plan for Reliability and Maintainability and Reliability Growth, including reliability design criteria, procedures and controls, parts quality, reliability predictions, spares reliability, Failure Modes, Effects, and Criticality Analysis (FMECA), and the results of any developmental testing to date. •3.1.3.12 Manufacturing Self-Assessment: Respondents are requested to provide a "self-assessment" of their readiness of their manufacturing capability to produce LRIP units (Lots 3, 4 and 5) with production configured GaN T/R modules at a TRL and MRL of 7 utilizing the OSD MRL Deskbook V2.2, July 2012. •3.1.3.13 Manufacturing Technology: Respondents are requested to provide their plan for manufacturing process improvement, including the technologies to be introduced into their manufacturing and production operation in the next 5 years. •3.1.3.14 Technology 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 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.) •3.1.3.15 Contractor Logistics Support Respondents are requested to provide their approach for CLS of the LRIP Lots 3, 4 and 5 units through the end of the LRIP Lot 5 Production contract period of performance. The respondent is requested to address test equipment and test benches, all required organizational and depot level support equipment for material repairs, spare parts and repair parts needed to maintain the G/ATOR LRIP Lots 3, 4 and 5 units and maintenance support of the LRIP Lots 3, 4, and 5 units including factory, on-site and technical support. •3.1.3.16 Government Furnished Data, Equipment, and Information: Respondents are requested to provide a comprehensive identification of the GFE, data, information, specifications and material that would be required to develop, produce and deliver LRIP Lot 3, 4 and 5. •3.1.3.17 Technical Data Rights: Respondents are requested to identify their strategy for ensuring the Government receives Government Purpose data rights for all components and software for which open system architecture is not utilized as a design approach. Additionally, respondents are requested to identify any products or processes developed with independent research and development funding that will or may be used in production certification (through testing), delivery and sustainment of the 8 LRIP units (Lots 3, 4 and 5) with production configured GaN T/R modules. •3.2 Cost and Schedule: Respondents are requested to provide an estimate of Acquisition Production Unit Cost (APUC) based on of the Lot 3, 4 and 5 quantities and provide a risk assessment of the probability of meeting the key notional event dates with fully integrated GB1 and GB2 system that meets operational requirements. •4.0 Responses: •4.1 Response Format: Interested businesses which believe they are capable of providing LRIP GaN units with production configured GaN T/R in accordance with the Attachment I capability are invited to express their interest by responding to this RFI in one volume with two separate sections titled "Company Capabilities Statement" and "Cost and Schedule" in Microsoft Word for Office 2003-compatible format. •4.2 Proprietary 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. •4.3 Submission Requirements: Responses shall be submitted electronically via e-mail to Jennifer Sellers, jennifer.sellers@usmc.mil, Contracting Officer. All submissions received will not be returned. Telephone replies will not be accepted. The response package may be sent by mail to Marine Corps Systems Command, Contracts CT028, 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. •4.4 Questions: Questions or comments regarding this notice may be addressed to Jennifer Sellers, jennifer.sellers@usmc.mil, Contracting Officer and Chet Wong, tset.wong@usmc.mil by email only. No questions will be accepted after July 03, 2014 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. •4.5 Response Deadline and Submissions: Responses are requested no later than July 14, 2014 at 1600 Eastern Time. •4.6 Contracting Office Address: MARINE CORPS SYSTEMS COMMAND PEO LS 2200 Lester Street, Quantico, VA 22134. Point of Contact: Jennifer L. Sellers, Contracting Officer 703-432-5077 Jennifer.sellers@usmc.mil Chet Wong, Contract Specialist 703-432-5081 Tset.wong@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-14-I-0227/listing.html)
 
Place of Performance
Address: MCSC PEO LS, 2200 Lester Street, Quantico, VA 22134, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03393497-W 20140614/140612234918-e20ef4c79d53c24d871e55cef70b6550 (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.