SOURCES SOUGHT
R -- Global Positioning Integrated Navigation Systems (GPINS)
- Notice Date
- 12/18/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- 0010513185
- Response Due
- 1/6/2015
- Archive Date
- 2/16/2015
- Point of Contact
- Melissa Saenz, 928-328-2093
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(melissa.j.saenz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis: As a Major Range and Test Facility Base, the United States Army Yuma Proving Ground (USAYPG) must provide a very diverse range of test services to its customers, and Global Positioning Integrated Navigation Systems (GPINS) instrumentation is a key element in many of the test services. GPINS support to USAYPG includes providing intellectual knowledge, expertise and experience related to navigation and GPS based instrumentation systems. Effort includes direct support of test operations and the ability to conduct high level research and development projects. Direct support of testing typically requires being on-site at multiple sites on USAYPG, but can also include support of testing done offsite at other major DOD test ranges/facilities. The need for research and development type of service is driven by the USAYPG test mission which is the source of the many unique challenges that can be solved by the proper application of GPINS instrumentation. These efforts may include, but not be limited to, the application of GPS radio frequency for electronic countermeasure applications. Services in this area will enable USAYPG to remain on the leading edge of developing unique GPINS instrumentation systems, as well as provide direct support of test and navigation systems expertise. Full description is detailed in the Draft PWS. The responses to this request will be the primary tool used to identify potential sources with the technical capability to support performance in four specific areas: Integration & Test Efforts, IVTS, Test Planning & Execution and Special Studies. The contractor may have to perform work at several sites simultaneously within the Continental United States (CONUS) and at various Outside Continental United States (OCONUS) locations. To support the requirements of the contract, the contractor must be able to quickly respond to diverse evaluation needs of the developmental testing community using a multi-disciplinary approach and have a variety of technical expertise that must be either immediately or quickly available - depending on urgency of assignments. THIS RFI IS NOT A REQUEST FOR PROPOSAL. Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this RFI in conjunction with the DRAFT Performance Work Statement (PWS). It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on the requirement, detailed in the DRAFT PWS. Feedback is encouraged and appreciated. The North American Industry Classification System (NAICS) code contemplated for this requirement is 541330 with a size standard of $14.0M. The incumbent contractor is Cibola Information Systems Inc., Yuma, AZ. The current Contract Number is W9124R-11-C-0008. REQUIREMENTS: Please refer to the attached DRAFT PWS. Interested vendors will need to answer the following questions: 1) Describe the resources and capabilities that would be provided by your company to support the following: a) Developmental test planning support for systems with a GPS based inertial navigation system. b) Rapidly developing navigation instrumentation solutions to support unique installations, one-time data requirements, integration of navigation instrumentation, and developing test program specific instrumentation designs. c) Support systems under test development as a subject matter expert on GPS architectures, GPS technologies, GPS software, GPS integration, navigation solutions and data collection instrumentation. d) Conduct data analysis to support the evaluation of requirements of developmental systems under test. 2) Describe how customization of current YPG Improved Vehicle Tracking System (IVTS) and navigation instrumentation would be implemented, maintained, and additional capabilities would be managed and maintained. 3) Describe how the IVTS capability would be improved to maintain higher resolution data over the navigation systems utilized on a system under test. 4) Describe how the special studies (a through e) in the PWS (C.5.4) could be supported and prior experience supporting these technical areas. The capability statement package shall be sent by mail to Curtis Arthur, Contract Specialist, Mission & Installation Contracting Command Center-Yuma (MICC-Yuma), 301 C. Street, Bldg 2364 Rm 101, USAYPG, Yuma AZ 85365-9498 or by email to curtis.arthur.civ@mail.mil Submissions must be received at the office cited no later than 5:00 p.m. (MST) on 6 January 2015. Questions or comments regarding this notice may be addressed to Curtis Arthur at 928-328-2978 or via email at curtis.arthur.civ@mail.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address. This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate at dean.m.carsello.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2dbfb8f730805df8f6ec4e61fc0eed42)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN03600279-W 20141220/141218235044-2dbfb8f730805df8f6ec4e61fc0eed42 (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 |