Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2017 FBO #5646
SOURCES SOUGHT

16 -- CRPA, AE, GPA, GPA FOAL

Notice Date
5/7/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FD2060-17-ADAP
 
Archive Date
6/7/2017
 
Point of Contact
April M. Walls, Phone: 4789264717
 
E-Mail Address
april.walls@us.af.mil
(april.walls@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Template (Request for Interested Manufacturers) FROM: Capt Joseph Plata/AFLCMC/WNYBC TO: DLA Aviation Procurement Operations at Warner Robins (SPRWA1) LOCATION: Robins AFB, GA 31098-1813 FBO Post Title: Request for Interested Manufacturers Controlled Reception Pattern Antenna (CRPA) NSN: 5985-01-530-3257 Designation: AS-4618/A Antenna Electronic (AE) NSN: 5985-99-958-0805 Designation: AS-4616/A Antenna Electronic (AE) NSN: 5985-99-371-2158 Designation: AS-4616/A/A Ground Plane Assembly (GPA) NSN: 5985-01-531-1792 Designation: AS-4617/SRN Ground Plane Assembly Fiber Optic Antenna Link (GPA FOAL) NSN: 5985-01-554-5163 Designation: AS-4633/SRN SUBJECT: Market research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to perform production, sustainment, modification and engineering services to support the Advanced Digital Antenna Production (ADAP). There are five (5) National Stock Numbers (NSNs) involved in this market research: NSN 5985-01-530-3257, 5985-99-958-0805, 5985-99-371-2158, 5985-01-531-1792, and 5985-01-554-5163. ITEM DESCRIPTION: This acquisition is in support of the ADAP system. The ADAP is an anti-jam antenna electronics system that ensures continued and uninterrupted availability of GPS signals to aircraft and ships. The ADAP system consists of three Line Replaceable Units (LRUs) - a seven element Controlled Reception Pattern antenna (CRPA) unit and its associated Antenna Electronics (AE) unit. The Ground Plane Assembly (GPA) combines the CRPA and AE with a Ground Plane Enclosure (GPE) for mounting the system on the mast of ships. The GPA comes with or without Fiber Optic Antenna Link (FOAL) and. The ADAP AE is a complex system which requires extensive qualification and acceptance testing to ensure appropriate anti-jam and satellite tracking performance. Current test equipment for the ADAP AE system is completely proprietary to Raytheon Systems Limited (RSL), as is all embedded software. RSL certified the integration and operational performance of the Harris (formally EDO) CRPA with the RSL AE. ADAP implements advanced digital anti-jam processing to mitigate the effects of multiple types of jamming and interference waveforms, including repeater jammers, in highly stressed interference environments simultaneously in the L1 and L2 GPS frequency bands. ADAP is compatible with the legacy and modernized GPS signals and provides protection across the M-Code bandwidths. IMPEDIMENT to COMPETITION: The original equipment manufacturer for this item is Raytheon Systems Limited (RSL) in the United Kingdom (CAGE K0268). RSL is the designer and developer of the ADAP system and as such owns the proprietary rights to the drawings, design, manufacturing data, software and unique test equipment required to manufacture and repair these assets. Additionally, RSL is the only known contractor with the experience and in-depth knowledge of the functions and intricacies of the ADAP system, its interface with the multiple platform configurations, and specialized test equipment. The ADAP was procured as a Non-Developmental Item (NDI). No drawings or other technical data (e.g. source code) required to foster competition were acquired. Procuring this system competitively may require any other source to reverse engineer the current ADAP system resulting in duplication of cost and a minimum 24-month program delay associated with production, qualification test, and platform integration. Such delays would not support the install schedules of various Air Force, Navy, and FMS users. Additionally, the program office does not have the engineering funds to accomplish a reverse engineering effort. Due to increased hostile threats of GPS jamming in current and future theaters of operation, and the critical role of GPS in naval warfare operations and precision weapons guidance, the government must procure anti-jam capability for all air and surface platforms at the earliest possible date. INTEREST: The DLA/AWB Contracting Office intends to award a sole source contract to RSL for the procurement, repair, technical and engineering support of the ADAP program. Other interested parties may identify their interest and capability to respond to the requirement no later than 23 May 2017 by emailing joseph.plata.1@us.af.mil and/or dla.dlr.proc@us.af.mil. The Government intends to procure these items using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. DISCLAIMER: T h i s s o u r c e s s ou g h t synopsis is f o r i nf or m a t i o n a l p u rpo s e s o nl y. T h i s is n o t a req u e s t f or propo s a l. I t d oe s n o t c o ns t i tu t e a s o l ic i t a t i o n, a n d s h a l l n o t be c o n s t r u e d as a c o mmi t m e n t by t he g over n m e nt. Re s p o ns e s in a n y f or m a r e n o t o ff er s, a n d t he g over n m e n t is u nd e r n o o b l i g a t i o n t o awa r d a c o nt r act as a re sul t o f t h is a nn o u n c e m e n t. N o f u n d s a r e a v ai l ab l e t o p ay f o r prep a r a t i o n o f re s po n s e s t o t h i s a nn o u n c e m e n t. A n y i nf or ma t i o n s u bm i t t e d by re s po nd e n t s t o t his t e c h n ic a l d e s c r i p t i o n is s t r ic t l y vo lu n t a r y.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FD2060-17-ADAP/listing.html)
 
Record
SN04498925-W 20170509/170507233121-ebc62b9fbee067f01536f796fe43bd50 (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.