SOURCES SOUGHT
59 -- REQUEST FOR INFORMATION (RFI) FOR: Assured Positioning, Navigation, and Timing
- Notice Date
- 4/18/2016
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-16-R-APNT
- Archive Date
- 5/28/2016
- Point of Contact
- Troy Houston, , Kristen Weiman,
- E-Mail Address
-
troy.d.houston2.mil@mail.mil, kristen.l.weiman.civ@mail.mil
(troy.d.houston2.mil@mail.mil, kristen.l.weiman.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) FOR: Assured Positioning, Navigation, and Timing THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT ANNOUNCEMENT (SSA) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. AFTER REVIEWING THE DESCRIPTION OF REQUIREMENTS CURRENTLY POSTED TO FEDBIZOPS, INTERESTED CAPABLE CONTRACTORS ARE INVITED TO PROVIDE RESPONSES TO THE FOLLOWING SOURCE SOUGHT REQUEST FOR INFORMATION. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. Responses to this Source Sought are due by 1700 EST (APG, MD) 13 May 2016. Please submit all RFIs and/or questions to Major Troy Houston, troy.d.houston2.mil@mail.mil and cc Kristen Weiman, kristen.l.weiman.civ@mail.mil. Subject line must read Assured PNT, with quote mark Company Name quote mark. Additionally, your response will be treated only as information for the Government to consider. As previously stated respondents will not be entitled to payment for direct or indirect costs that are incurred in responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. Acknowledgement of receipt of submitted items will not be made nor will respondents be notified of the outcome of the information received. Small Businesses are encouraged to submit responses to this RFI. Synopsis: The purpose of this RFI is to solicit industry feedback on the requirements and proposed acquisition strategy for the Assured Positioning, Navigation, and Timing (A-PNT) program. This RFI is part of a set of industry engagements in support of enhancing the Industry-Government partnership critical to providing an effective and evolvable end-product for A-PNT operators and information consumers. The Government intends to consider all Industry inputs and initiatives as it prepares for and executes the solicitation process. In addition, this RFI requests respondents' corporate overview information and basic qualifications in managing hardware and software development projects that are similar in scope and process to the A-PNT program. The Army plans to leverage industry recommendations on the delivery of A-PNT hardware and software to implement best practices, improve productivity, gain efficiencies, and realize cost savings. Background 2.1 A-PNT Program Overview A-PNT data is a critical enabler and a Cross-Cutting Capability (CCC) for Army forces to execute their mission. To maintain its GPS military advantage on the battlefield, Army Forces require unhindered access to trusted PNT information under all conditions, including where space-based PNT may be limited or denied. The current capability, GPS, is a fixed-frequency system that is vulnerable to current and emerging threats and field conditions, which means that PNT access and integrity to the Warfighter cannot be guaranteed. This situation degrades mission performance to an unacceptable level. Therefore, current Army systems cannot operate at the required PNT assurance levels with GPS alone. A-PNT is a family of solutions that includes four distinct capabilities: Pseudolite: Terrestrially-deployed systems that output a signal similar to that of Global Positioning System (GPS), enhancing the user's ability to operate in a GPS-challenged environment Dismounted: PNT receiver, with non-GPS augmentation, which distributes PNT to systems on dismounted soldiers. Mounted: PNT receiver, with non-GPS augmentation, which distributes PNT to systems on mounted platforms. Anti-Jam Antenna System (AJAS): Null-steering/beam-forming antennas that support GPS signal acquisition and tracking in a GPS-challenged environment. The primary focus of the A-PNT program capability approach will be the alignment of A-PNT capability fielding to the planned upgrade cycle of systems requiring A-PNT. Compliance with the M-Code, VICTORY, FACE, IS-GPS-250/A standards will ensure that the Army delivers a capability that will endure across multiple platforms and continue the evolution of the A-PNT capabilities over time. Capability growth will be implemented as part of the A-PNT program life cycle. A-PNT will continue to adapt and address technology advances, sensor upgrades, cybersecurity advances, cyber-electromagnetic capabilities, and other necessary system evolutions to remain current and maintain superior capabilities through system life. It will consist of providing new capabilities associated with emerging requirements and new sensor capability (i.e., inertial navigation, vision aided navigation, multi GNSS, and timing) technologies. 2.2 Capability Description To assist in Industry's understanding of the development, integration, and testing scope of the A-PNT effort and to give context to Industry's RFI response, the figure below provides a general depiction of the A-PNT family of solutions and the overall mission as an A-PNT System of System Architecture. The Assured PNT objective is to go beyond using only a GPS signal from space for positioning, navigation, and timing (PNT). The GPS signal from space can be jammed, spoofed, or denied by other means. Assured PNT seeks to use GPS plus other augmentation sensors and techniques to provide PNT service when GPS signals are denied or intermittently available. An overall objective is to create a PNT capability that can determine which of its sensors, including GPS, can be trusted and then provide assured positioning, navigation, and timing (A-PNT) for successful mission accomplishment. 2.2.1 Pseudolite: Terrestrially-deployed systems that output a signal similar to that of Global Positioning System (GPS), enhancing the user's ability to operate in a GPS-challenged environment. Pseudolite provide GPS protection by providing PNT data using terrestrial- or near-terrestrial-based GPS transmitters, similar to satellites, when the GPS signal is degraded by either friendly or threat electronic transmission or by natural obstacles. A Pseudolite consists of three primary components (Transmitter, receiver, and a Command and Control system). The pseudolite system will integrate advanced non-GPS augmentation technologies such as highly accurate clocks, inertial measurements systems, celestial navigation, E-LORAN, and future capabilities as they become available and use pre-programmed product improvement and be coupled with A-PNT area and point protection to achieve full operational capability. The pseudolite A-PNT system will provide distributed anti-jam protection and PNT wirelessly to the Warfighter. 2.2.2 Dismounted: PNT receiver, with non-GPS augmentation, which distributes PNT to systems on dismounted soldiers. The government contemplates a Dismounted A-PNT system that is a modular, scalable, form-factor hub that distributes PNT data to multiple devices or End User Device (EUD) in a dismounted environment, primarily to the individual Warfighter, by using GPS signals that may be coupled with non-GPS augmentation in GPS-degraded or -denied environments. The Dismounted A-PNT system should provide A-PNT in all PNT threat environments. The Dismounted A-PNT System is a smaller form factor of the Mounted A-PNT system adapted to individual Warfighter and dismounted platform use. The Dismounted A-PNT system should integrate advanced non-GPS augmentation technologies such as a highly accurate clock, pseudolite receiver capability, MEMS INS, optical navigation or other capabilities, as they become available. Minimizing Size, Weight, and Power of the Dismounted A-PNT system is an important program objective. The Dismounted A-PNT system will provide distributed PNT wirelessly to the Warfighter. It will enable the Warfighter to operate in a GPS-denied environment by providing the ability to receive both P(Y) code and M-code signals. The Dismounted A-PNT system provides a GPS sensor identified as GPS-Sensor Platform (GPS-SP) 2.2.3 Mounted: PNT receiver, with non-GPS augmentation, which distributes PNT to systems on mounted platforms. The Mounted A-PNT system is a modular, scalable form-factor hub that builds on the DAGR Distributed Device (D3). It distributes PNT data to multiple devices in a mounted environment by using GPS signals coupled with non-GPS augmentation in GPS-degraded or -denied environments. The Mounted A-PNT system is the integration of multiple sensors for platform distribution of PNT, which allows the Warfighter to operate in a GPS-denied environment. The Mounted A-PNT system should integrate advanced non-GPS augmentation technologies such as highly accurate clocks, inertial measurements systems, celestial navigation, E-LORAN, platform wheel speed sensors, and future capabilities as they become available. The Mounted A-PNT system implements a SoSA that acquires, protects, and distributes secure PNT on stationary and/or mobile platforms. The mounted materiel solution is a modular, scalable form-factor that paces the threats and is a migration path to future technologies, including M-Code. 2.2.4 Anti-Jam Antenna System (AJAS): Null-steering/beam-forming antennas that support GPS signal acquisition and tracking in a GPS-challenged environment. The AJAS provides GPS protection by reducing the effect of GPS jamming by rejecting the interfering signals before they disrupt the GPS receiver. The AJAS provides protection of GPS satellite signals to any military GPS receiver in an impeded environment. The AJAS consists of a set of antenna elements and Antenna Electronics Units (AEUs). The AJAS may be deployed on a variety of platforms, including fixed wing and rotor aircraft, ground vehicles, maritime vessels, and mounted and dismounted ground platforms. The AJAS provides continuous GPS signal acquisition and tracking allowing the Warfighter to operate in a GPS denied environment. Unlike the Pseudolite anti-jam antenna, which is an integrated part of that system, the AJAS will be deployed as a scalable component accessory to PNT user equipment (UE). The AJAS will consist of two variants. Variant 1 is the mounted anti-jam antenna, which will be based upon mature technology justifying its entrance directly into the EMD Phase. Variant 2 is the dismounted anti-jam antenna and may leverage prototyping activities during the Technical Development (TD) Phase. Proposed Acquisition Strategy Feedback The proposed acquisition strategy for A-PNT includes the following aspects. In response to this RFI, please provide feedback as to the feasibility of this overall approach. Please include any suggestions or lessons learned on successful acquisition approaches to this type of effort the Government should consider when formalizing the acquisition strategy. 1) Government contemplates utilizing a competitive Prime contractor for all A-PNT family of systems capabilities (Mounted, Pseudolites, Dismounted, and Anti-Jam antenna), responsible for EMD development, delivery of a final product/program for evaluation, integration with systems and platforms, production, and sustainment. The government desires to leverage industry's innovation and proven processes to deliver A-PNT capabilities to Army forces. Proposed contract types under consideration for this effort are cost-plus-incentive-fee (CPIF) or cost-plus-fixed-fee (CPFF). 2) Use of A-PNT software (government developed modeling and simulation or other software modules) as applicable as Government Furnished Information (GFI) may be provided to offerors during the solicitation process as aids to develop required Increment PNT enhancements. Offerors will also have the option to propose solutions that meet Increment requirements using new solutions to best meet the performance and life cycle supportability requirements in a cost effective manner. As applicable, the government may request to review the data and processes (i.e., Trade Studies, Best of Breed Processes, etc.) used that led to the selections. 3) Multiple incremental delivery of hardware and software builds for evaluation by the Government program office in support of a comprehensive and operationally tested hardware and software A-PNT capability to be fielded incrementally (core capability and advanced capability). The Government may decide to field specific enhancements made available for evaluation prior to incorporation into a full Capability Release in support of emerging operational needs, critical technology enhancements that significantly improve operational capability, or resultant cost efficiencies. Government program office evaluation of hardware and software builds at regular intervals will also support timely provision of Government feedback to the Prime contractor throughout the incremental development process to lower the risk of a capability release not meeting Government expectations during Development and Operational Test, and to provide the Prime contractor opportunities to meet contractual incentives tied to performance and schedule at regular intervals throughout the contract period of performance. 4) With regard to the required Source Selection evaluation factors, i.e. Technical/Management Approach, Past Performance, Small Business Participation and Price/Cost, what specific factors/sub-factors do you recommend the Government evaluate that are "discriminators" based on the described A-PNT scope of deliverables and services? In addition, what incentives would you recommend the Government incorporate into this contract effort, assuming a Cost-Plus-Incentive-Fee structure is chosen? 5) Referencing prior experience in efforts of this size, scope, and complexity, provide feedback regarding the suitability of designating portions of this work as a Small Business Set Aside. 6) Please provide feedback on how the government should consider requirements for A-PNT infrastructure, modularity, and an open system architecture, to include implications of emerging standards such as VICTORY, FACE, and Sensor Computing Environment when drafting the RFP. 7) Please indicate if your company is interested in attending an A-PNT industry day. Please provide feedback on what information could the government provide at an industry day that would beneficial to enhancing industry's understanding of A-PNT for the Army. 4.0 Response Submittal Instructions Participation in response to this RFI will not preclude any vendor from responding to future acquisitions, either individually or as part of a team. Limit responses to a total page limit of twenty (20) pages. Marketing brochures will not be considered adequate information in response to this RFI. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Please submit responses in as a Microsoft Word file. Files greater than 18MB cannot be transmitted through the network firewall. Therefore, any file greater than 18MB must be submitted by CD-ROM media to the address below. If submitting via CD-ROM, please also send an email with the mailing confirmation or tracking information to Major Troy Houston for awareness. Major Troy Houston PM PNT 6006 Combat Dr. Aberdeen Proving Ground, MD 21005 If the Government has additional questions or a need for information following the evaluation of your response, you may be contacted and asked to provide that information. An industry outreach event is anticipated in the future. Details will be published through the Federal Business Opportunities website at www.fedbizopps.gov. 1. Company Name 2. Point of Contact 3. Address 4. Phone Number 5. Business Type (i.e., Large Business, Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business) and applicable NAICS code(s). As applicable, do you anticipate transitioning to other than a "small business" in the next eighteen months? 6. Contract vehicles your company has been awarded that address the scope of services required to develop and integrate a family of systems such as A-PNT, focused on developing and integrating COTS/GOTS and internally-developed hardware and software products into an A-PNT baseline to be fielded across the Army to include vehicles (wheeled and tracked), hardware (laptops, servers, etc.), and Soldier worn systems (ie NET Warrior) with hardware and software updates/enhancements delivered on a pre-planned product improvement every 36-48 months. For each contract vehicle, specify: a. Agency b. Vehicle name and type (e.g., Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, Blanket Purchasing Agreement) c. Prime or Subcontractor d. Period of Performance 7. Specify whether your company possesses or can obtain a Facility Security Clearance and if so, at what level. 8. Responses should not be above the level of UNCLASSIFIED. 9. All assumptions, including any assumed Government support, shall be clearly identified. 10. An affirmation of cleared personnel. 11. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions. Submitted material will not be returned. 12. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a1bf08d0e477c5e231319e3669ddab4e)
- Record
- SN04087696-W 20160420/160418234837-a1bf08d0e477c5e231319e3669ddab4e (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 |