Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
SOURCES SOUGHT

58 -- Request for Information (RFI) for Navigation Warfare (NAVWAR) Sensors for Direct Reporting Program Manager Positioning, Navigation and Timing (DRPM PNT)

Notice Date
5/9/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-NAVWAR
 
Archive Date
5/31/2016
 
Point of Contact
Barry Bolton,
 
E-Mail Address
barry.d.bolton.civ@mail.mil
(barry.d.bolton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This Request for Information (RFI) is for informational purposes only and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), or a Request for Quote (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and is no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance based specification(s). Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. NOTE: The use of RFI Number W56KGY-16-R-NAVWAR is for tracking purposes only. BACKGROUND/DESCRIPTION: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is conducting market research on behalf of Direct Reporting Program Manager Positioning, Navigation and Timing (DRPM PNT) Navigation Warfare (NAVWAR) in accordance with Federal Acquisition Regulation (FAR) Part 10. DRPM PNT/NAVWAR is looking for companies with the capabilities to provide Commercial Off-The-Shelf (COTS), Non-Developmental Items (NDI), or near NDI for ground-based positioning, navigation and timing systems for spectrum monitoring, detection and tracking of and data analytics for signals of interest within the Global Navigation Satellite Systems (GNSS) spectrum. 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 NAVWAR sensors. The Government intends to consider all Industry inputs and initiatives. 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 a NAVWAR sensor program. The Army plans to leverage industry recommendations on the delivery of NAVWAR sensor hardware and software to implement best practices, improve productivity, gain efficiencies, and realize cost savings. The NAVWAR sensor can be a strategic or expeditionary, ground-based, self-contained, multi-spectral sensor-oriented, persistent surveillance system used to sense, collect, detect, classify, identify, track, record, and report on GNSS signals of interest, and assessed threats twenty-four hours a day using a format that can be overlaid on fused maps or video. The NAVWAR sensor is used for mid to long range persistent GNSS spectrum surveillance. This system will be of a size and weight that allows mobility, transportability, scalability, and modularity consistent with deployment and employment using common U.S. air, land and sea transport assets. The NAVWAR sensor will be capable of independent employment or as part of a network-based security and defense system. The purpose of the market research is to identify potential sources who can provide ground-based NAVWAR sensors ready for test and demonstration or deployment. Please provide the following Point of Contact information: • Company • DUNS # • CAGE CODE • Address • Point of Contact • Phone Number • Fax Number • Email Address Additionally, the Government is seeking the following information in any responses provided: 1. What platforms will the sensor integrate - mounted, dismounted, aerial, fixed site? 2. What is the minimum and maximum GNSS spectrum range and rate the sensor can detect a signal of interest? 3. What is the Field of Regard of the sensor (area covered for the detector of the system when pointing to all mechanically possible positions)? Can it be sectored? 4. What is the instantaneous Field of View of the sensor (area covered for the detector of the system when pointing to one position)? 5. What is the antenna architecture - either a reflector or electronically scanned? 6. Over what external interfaces does the sensor provide data? Describe the output file formats, bandwidth requirements and indicate any that are not among recognized standards. 7. Can the sensor be operated remotely? If so what is the mechanism? Can you describe the interface in detail or provide an interface control document? 8. What are the Size, Weight and Power (SWaP) characteristics of the sensor? 9. What is the required clearance volume of the antenna and how is it oriented with respect to potential mounting locations? 10. What GPS receiver does your system use? Is there a built-in GPS and is it SAASM compliant? Can the system interface to a GPS that is SAASM compliant? 11. Can the system be ruggedized and capable of extended operation in multiple worldwide outdoor environments? 12. Provide documentation of ANSI 95.1 (2005) compliant stand-off distance while operating. 13. Describe any specialized software that is required for system operation. If such software is required provide information on the operating system environment, minimum hardware requirements, and architecture (processor type, performance,) required to run the software. 14. What software licensing agreements are available for government purchase? 15. What is the typical first article delivery time and typical production rate of the system? 16. What detailed Technical Data Package for the sensor is available to the Government, either as part of a unit purchase or through a separate agreement, including cable drawings? 17. Describe the available operator training curricula. 18. Describe any established training for maintenance. 19. What data rights are available to the government as part of a purchase? 20. What integration information (mechanical, electrical) is immediately available and releasable to the government? Is an ICD available allowing the government to interface directly with the sensor software or to system middleware? 21. To what Cyber Security standards is your system operating and who sanctioned it? 22. With what Cyber Security software analysis tools have you examined your system and what are the results of those examinations? 23. What sustainment and training requirements can you support? 24. Describe embedded Built in Test (BIT)/Built in Test Equipment (BITE) capability available with the system and to what level it reports faults. 25. What critical program information protections are in place? 26. What Reliability, Availability, and Maintainability (RAM) performance does your system meet, to include expected Mean Time Between Failure (MTBF)? 27. What warranty coverage is available and explain any extended maintenance support. 28. Describe transportation and storage requirements. 29. Please provide specific information for any relevant or related past performance including government contracts at any level as well as non-government, or industry contracts. Include contract number, point of contact, e-mail address, phone number, and a brief description of your direct support of the effort. Companies should provide data to support performance claims either by analysis or with test data. All interested parties are encouraged to submit company and product literature, white papers, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, and an estimated cost for price of test articles and production units, for the Government(s) consideration. Interested parties are encouraged to provide current customer base and identify systems in which the product is currently being employed. RESPONDING TO THIS RFI: Interested and capable sources able to address the above request are invited to submit an unclassified white describing their system. Please limit White Paper submissions to a maximum of 25 pages (including a cover sheet) and provide the following information: • Cover Sheet • Contact and company information • Name • Title • Company name • Date of incorporation • Number of years in business • Number of employees • Location • Mailing address • Phone number • Website address • Email address • Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI. 1. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business size standard for this NAICS code is 1,250 employees. For more information, please refer to http://www.sba.gov/content/table-small-business-size-standards. Please also indicate any socioeconomic classifications: • Large Business concern; • Small Business (SB) concern; • 8(a); • Small Disadvantaged Business (SDB); • Women-Owned Small Business; • Historically Underutilized Business Zone (HUBZone); • Veteran-Owned Small Business; • Service-Disabled Veteran-Owned Small Business 2. Name/type of technology or model 3. Technology maturity: Existing technology or technology concept 4. Brief overview of company history THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS and will not count against the page limitations stated above/below: In addition to the above, small businesses responding should provide the following information: Small Business Questions: 5. If you identify your company as a Small Business or any of the SB subcategories as stipulated above, is your company interested in being a primecontractor? ? If so, does your company possess the capabilities to provide the entire range of requirements? If not, please list which requirements your company can provide. 6. Under the current SB recertification regulations, do you anticipate your company remaining a small business under the primary NAICS Code 334511- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing? 7. If you are a small business and plan to be the prime contractor on this effort, please inform how you will meet the limitations on subcontracting clause 52.219-14. 8. If you are a small business, can you go without a payment for 90 days? 9. Is your company planning on business arrangements with other companies, please list the process used in selecting the members. 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Offerors are encouraged to identify teams indicating each team member's size based upon the NAICS code of the work that the team member may be doing. Body of White Paper: The submittal should address the requests for information above, and any additional technical or company information. A description of the system supported by technical parameters is desired. The Government requests that interested sources submit an electronic response of not more than twenty-five (25) pages, 8.5" x 11" paper, 12-point Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business questions 5-12 are in addition to the above stated twenty-five (25) page limitation. Responses should include the company name, CAGE Code, point of contact, and address. Supporting documentation (such as marketing brochures, fliers, published presentations or papers and other materials that summarize the technology and more about your company) is acceptable (up to 2 pages worth), and may be referenced by reviewers only in support of claims identified in the White Paper, and only where specifically referenced in the White Paper. Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government. Interested parties are responsible to adequately mark proprietary, restricted, or competition sensitive information contained in their response. Responses should not be above the level of UNCLASSIFIED. Responses to the RFI will not be returned. Responses to the RFI may be used to develop Government documentation. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. All interested companies or organizations are encouraged to respond to the RFI by providing information by 2:00 PM EST on 30 May 2016. Respondents are requested to submit one electronic copy of the responses to the DRPM PNT/NAVWAR POC, Mr. Barry Bolton, Director, Navigation Warfare (NAVWAR), barry.d.bolton.civ@mail.mil. Include RFI number W56KGY-16-R-NAVWAR in the subject line. All requests for further information shall be in writing and via email; telephonic requests for additional will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1a3a254ce75e17a30145c5766a1e18a0)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04110140-W 20160511/160509234444-1a3a254ce75e17a30145c5766a1e18a0 (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.