Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOURCES SOUGHT

58 -- GB GRAM Tech Services

Notice Date
5/19/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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-GBGRAMTECHSvcs
 
Archive Date
6/20/2017
 
Point of Contact
Nicholas Granata, , Eleanor Ryan,
 
E-Mail Address
nicholas.granata.civ@mail.mil, eleanor.ryan.civ@mail.mil
(nicholas.granata.civ@mail.mil, eleanor.ryan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) FOR: The identification of potential sources capable of engineering and technical services in support of integration/installation issues, operational identified issues, sustainment, proposed hardware improvements and analyzing, developing and updating all versions of software source code for one or more of the Selective Availability Anti-Spoof Module (SAASM) GPS products listed in Table 1, to include: the Defense Advanced GPS Receiver (DAGR), the Miniature PLGR Engine-SAASM (MPE-S) for Ground Based GPS Receiver Application Module (GB-GRAM) and Micro GPS Receiver Application Module (MicroGRAM). Table 1 SAASM GPS Products Manufacturer, Model, Part No.* Rockwell Collins, DAGR SAASM 3.2, 822-1873-002 Rockwell Collins, DAGR SAASM 3.7, 822-1873-003 Rockwell Collins, GB-GRAM SAASM 3.1, 987-1856-032 Rockwell Collins, GB-GRAM, 987-1856-013 MPE-S Type I, SAASM 3.2, 987-1856-023 Rockwell Collins, GB-GRAM 987-9705-001 MPE-S Type II, SAASM 3.7, Rockwell Collins, MicroGRAM, 987-9705-012 * Other part numbers may apply to the Model indicated These products are secure military GPS receivers that utilize the Precise Positioning Service (PPS) GPS signal to generate and distribute positioning, navigation and timing data used for navigation and network synchronization in a variety of handheld and embedded applications. This effort requires access to operating software source code. This effort does not include the production of the SAASM-based GPS products listed in Table 1. The Government intends to analyze, develop and enhance the software source code. As such, potential sources must provide evidence of their capability to update source code for the SAASM-based GPS products listed in Table 1. 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 QUESTIONS. 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. RESPONSE TO THE SOURCES SOUGHT ARE DUE BY 1600 EDT (APG, MD) 03 JUN 2017. Please submit all RFIs to Eleanor Ryan, EMAIL ADDRESS: Eleanor.ryan.civ@mail.mil. Subject line must read RFI W56KGY-17-D-P214 "Company Name." 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 while 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 mark adequately proprietary, restricted, or competition-sensitive information contained in their response, accordingly. Program Manager Positioning, Navigation, and Timing (PM PNT) provides an array of products and technologies to equip the Army and Joint forces with standalone, integrated, and network-distributed PNT solutions that promote decisive action in all Army and Joint Forces operations. PM PNT serves as the Army's PNT capability authority supporting terrestrial applications and is chartered as the primary Army PNT point of contact to the Air Force (AF) Space and Missile Systems Center (SMC), GPS Directorate, Los Angeles Air Force Base (AFB). PNT is a cross-cutting capability within the Army Common Operating Environment (COE). Requested Information: Vendors are invited to respond to the described requirements below. Responses are limited to ten (10) pages and should include: 1) Description of past performance regarding engineering and technical services in support of integration/installation issues, operational identified issues and proposed hardware improvements for the GPS products listed in Table 1. 2) Description of past performance regarding software development to include analyzing, developing and updating all versions of software source code for the GPS products listed in Table 1. 3) General approach and proposed means of analyzing, developing and updating or changing the software source code for the GPS products listed in Table 1. 4) Description of the level and ability to provide software development and technical support for modification of the proprietary product software source code for the GPS products listed in Table 1. When would your company be able to provide these services? 5) Name, telephone number, fax number, street address and e-mail address for Program, Technical, and Cost POC information. Responses: Interested vendors who believe they are capable of providing the above mentioned information are invited to indicate their interest by providing: 1. Company Information to include: a. Company name, b. Company address c. Overnight delivery address (if different from mailing address) d. Commercial and Government Entity (CAGE) Code e. Point of contact f. E-mail address g. Telephone number h. Fax number i. Classified Mailing Address: i. Security Office Information ii. Name/Title iii. Email iv. Phone 2. Responses shall not be above the level of UNCLASSIFIED. 3. All assumptions, including any assumed Government support, shall be clearly identified. 4. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions. Submitted material will not be returned. 5. 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. 6. Contracting Office Address: Army Contracting Command Aberdeen Proving Ground (ACC-APG) 6001 Combat Drive, C3-3311 Aberdeen Proving Ground, MD 21005-1846 7. Contracting Office Points of Contact: Nicholas Granata Contract Officer nicholas.granata.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b5993e9ccf6ab6a81c43f99398fb598)
 
Record
SN04516079-W 20170521/170519235227-8b5993e9ccf6ab6a81c43f99398fb598 (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.