Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

58 -- Global Positioning System (GPS)-based Positioning, Navigation, and Timing Service (GPNTS) Hardware Production

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-17-R-0012
 
Response Due
6/19/2017
 
Archive Date
7/19/2017
 
Point of Contact
Point of Contact - Christopher J Murr, Contract Specialist, 619-524-7178; Kenneth B Nickel, Contracting Officer, 619-524-7178
 
E-Mail Address
Contract Specialist
(christopher.murr@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*** 17 May 2017: Request for Proposal (RFP) released. The technical data package (TDP) associated with the RFP (Attachment 2) is marked Distribution Statement D: Distribution authorized to Department of Defense (DoD) and U.S. DoD contractors only. The TDP is not available for public distribution, and in order to obtain access to the Net-Centric Enterprise Solutions for Interoperability (NESI) website where the TDP is available for download, each company must: Sign and return the GPNTS Bidder's Repository Non-Disclosure Agreement (NDA) posted on the SPAWAR E-commerce website entitled, "GPNTS Bidder's Repository NDA" to Christopher Murr, Christopher.Murr@navy.mil previous NDA's associated with the Request For Information (RFI) will not suffice for access to the current TDP. Each company may request NESI site access for up to two (2) representatives. Each user is required to be a U.S. DoD contractor and have a valid DoD or External Certification Authority (ECA) Public Key Infrastructure (PKI) certificate to gain access to the website. If a requestor is a U.S. DoD contractor and does not have a valid DoD or ECA-issued PKI certificate, contact, Christopher Murr, Christopher.Murr@navy.mil. The Government will provide instructions on how to access the secured site to the approved company representatives after their Bidder's Repository NDAs have been received and Joint Certification Program (JCP) number verified. Have an active DD 2345 on file with the Defense Logistics Information Service (DLIS). If the company does not have an active DD 2345 on file and cannot provide a JCP number, please visit DLIS at: http://www.dlis.dla.mil/jcp/ for more information on how to complete and submit the DD 2345. Provide the email address and phone number for each requested user and the company's JCP number to Christopher Murr, Christopher.Murr@navy.mil. Information contained in the synopsis is superseded by the RFP.*** ***23 January 2017: Synopsis amended to reflect change in questions due date from 23 January 2017 to 06 February 2017. *** The Space and Naval Warfare Systems Command (SPAWARSYSCOM), in support of the Program Executive Office for Command, Control, Communications, Computers, and Intelligence (PEO C4I), Communications and GPS Navigation Program Office (PMW/A 170), intends to release Request For Proposal (RFP) N00039-17-R-0012 for the procurement of Global Positioning System (GPS)-based Positioning, Navigation, and Timing Service (GPNTS) Hardware Production units based on Government provided Technical Data Packages (TDPs). The North American Industry Classification System (NAICS) Code assigned to this acquisition is 334511 (size standard 1250 employees). The incumbent contractor for GPNTS development is Raytheon Integrated Defense Systems (IDS) under contract N00039-11-C-0089. The GPNTS production requirement has been set aside for small business. This announcement is issued solely for informational and planning purposes and does not constitute a solicitation or obligation to issue a future solicitation. This announcement does not commit the Government to contract for any supplies or services. Companies interested in the anticipated RFP should monitor the Federal Business Opportunities (FedBizOpps) website at www.fbo.gov for the release of the RFP. The Government intends to make two indefinite-delivery indefinite-quantity (IDIQ) awards as a result of the anticipated RFP. The basic contracts will possess five (5) year ordering periods utilizing firm-fixed-price (FFP) Contract Line Item Numbers (CLINs) for GPNTS systems and spares, and cost-plus-fixed-fee (CPFF) line items for engineering services. Contract award is estimated for July 2017. GPNTS receives, processes, and distributes three (3) dimensional position, velocity, acceleration, attitude, time and frequency in the formats required by shipboard user systems. GPNTS is a single Program of Record (POR) for U.S. Navy ships as well as potential U.S. Coast Guard (USCG), Military Sealift Command (MSC), and Foreign Military Sales (FMS) platforms. GPNTS is designed to accommodate back-fit of current legacy PNT systems and forward-fit of new platforms. The GPNTS system was developed using a commercial, open-systems architecture approach, to meet user requirements in a net- centric Service-Oriented Architecture (SOA) environment. The GPNTS system incorporates embedded Non-Developmental Item (NDI) military-grade Selective Availability Anti-Spoofing Module (SAASM) GPS receivers, and includes anti-jam GPS antenna systems. In addition, the U.S. Air Force GPS Directorate is currently developing Military Code (M-Code) capable Military GPS User Equipment (MGUE). MGUE is currently available and GPNTS integration and test started in Fiscal Year (FY)16 and will go through FY18. The GPNTS Program plans to transition from the SAASM configuration to M-Code at a point in time after GPNTS has entered production. The technical data package (TDP) associated with the anticipated RFP is marked Distribution Statement D: Distribution authorized to Department of Defense (DoD) and U.S. DoD contractors only. The TDP is not available for public distribution, and in order to obtain access to the Net-Centric Enterprise Solutions for Interoperability (NESI) website where the TDP is available for download, each company must: Sign and return the GPNTS Bidder's Repository Non-Disclosure Agreement (NDA) posted on the SPAWAR E-commerce website entitled, "GPNTS Bidder's Repository NDA" to Christopher Murr, Christopher.Murr@navy.mil previous NDA's associated with the Request For Information (RFI) will not suffice for access to the current TDP. Each company may request NESI site access for up to two (2) representatives. Each user is required to be a U.S. DoD contractor and have a valid DoD or External Certification Authority (ECA) Public Key Infrastructure (PKI) certificate to gain access to the website. If a requestor is a U.S. DoD contractor and does not have a valid DoD or ECA-issued PKI certificate, contact, Christopher Murr, Christopher.Murr@navy.mil. The Government will provide instructions on how to access the secured site to the approved company representatives after their Bidder's Repository NDAs have been received and Joint Certification Program (JCP) number verified. Have an active DD 2345 on file with the Defense Logistics Information Service (DLIS). If the company does not have an active DD 2345 on file and cannot provide a JCP number, please visit DLIS at: http://www.dlis.dla.mil/jcp/ for more information on how to complete and submit the DD 2345. Provide the email address and phone number for each requested user and the company's JCP number to Christopher Murr, Christopher.Murr@navy.mil. Questions and comments regarding the TDP are requested to be submitted no later than 06 February 2017. Questions and comments are requested to be submitted in writing via e-mail only to: Christopher J. Murr, Contract Specialist, SPAWAR 2.1B17, (Christopher.murr@navy.mil). Verbal questions and comments will not be accepted. The Government will provide public answers to all questions and comments received regarding the TDP and anticipated RFP via the SPAWAR E-Commerce Central website. All questions and comments shall be in a format non-attributable to the company or individual submitting the questions or comments to allow for public release.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-17-R-0012/listing.html)
 
Record
SN04514347-W 20170520/170519000212-624b1fc66197949622c045ce38c6bea0 (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  © 1994-2020, Loren Data Corp.