Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
MODIFICATION

58 -- Duke Family of Systems (FoS) Production and Sustainment RFI

Notice Date
11/27/2017
 
Notice Type
Modification/Amendment
 
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
W56KGY17RF079
 
Archive Date
5/5/2017
 
Point of Contact
Eric C. Pyles, Phone: 4438615376, Christopher R Gaines, Phone: 4438615374
 
E-Mail Address
eric.c.pyles.civ@mail.mil, christopher.r.gaines4.civ@mail.mil
(eric.c.pyles.civ@mail.mil, christopher.r.gaines4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Duke Family of Systems Production and Sustainment Agency: Department of the Army Office: Army Contracting Command Synopsis: This Sources Sought is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W56KGY17RF079 has been assigned to this Market Research for reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement. Interested parties may identify their capability to meet all or portions of the requirements by submitting: a white paper, technical data, qualification and certification test data, logistics documentation and past performance data. This data must be provided to this office not later than 5:00 pm Eastern Standard Time on 8 December 2017. Only responses received by this date will be considered. Full Description of the requirements is as follows: The Army Contracting Command at Aberdeen Proving Ground, Maryland and Product Director Electronic Attack (PdD EA) are conducting market research. The purpose of this market survey is to identify parties qualified and interested in becoming the prime contractor for this effort. PD EA anticipates a requirement for production and sustainment, hardware and services, of the following Duke systems and their assorted variants: Duke V4 (AN/VLQ-12(V)4) Primary Unit (PU) RT-2040, Duke V5 (AN/VLQ-12 (V)5) PU RT-2040 and Secondary Unit (SU) RT-1950, Duke V5 Sabre Fury variant (to include the Fire Support Team Cross Domain Expansion (FIST X) (formerly CMIC EW Vehicle), Sabre Fury on tactical vehicles, and EW Tactical Vehicle (EWTV) variations), and Ground Auto Targeting Observation Reactive (GATOR) Jammer V3 (AN/FLQ-15(V)3). The Sabre Fury, Duke V4, and Duke V5 are programmable software defined ground EW systems that will provide sensing and electronic negation of Signals of Interest (SoIs). The GATOR V3 system is a fixed site that provides EW capabilities in a fixed site configuration. The Duke FoS provides Offensive and Defensive Electronic Attack (OEA/DEA), as well as, EW support to protect vehicles, convoys, and fixed sites from EW threats. These systems will operate both individually and in networked, mixed fleet, configurations for a variety of ground EW missions to include counter-command and control (C2) operations against near-peer systems. Efforts under this requirement will support the above systems and any future variants, ancillary items, Components of End Item (CoEIs), Associated Support Items of Equipment (ASIOE), etc., and include: Hardware; Product Support Management; Procurement; System Troubleshooting and Repair; Engineering and Software Support Services; Maintenance Planning and Management; Materiel Maintenance; Logistics; Worldwide Field Service Support; Supply Support; Spares and Repair Parts; Support Equipment Procurement; Hardware and Software Technical Data Maintenance and Procurement; Training and Training Support; Platform Integration and Installation, and Depot Facilitation if required. The Government will define specific requirements in individual Task Orders (TOs) for services or Delivery Orders (DOs) for materials. Material orders may include hardware such as spare repair parts (i.e. Line Replaceable Units and Shop Replaceable Units (LRUs/SRUs)) and/or whole Duke and/or Sabre Fury end item systems. The Government envisions a hybrid IDIQ five-year contract, with Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF) and Cost Reimbursement (CR) Contract Line Item Numbers (CLINs). Task Orders and Delivery Orders issued under this IDIQ contract will specifically identify contract CLIN type by task. The Government shall utilize FFP CLINs to purchase materials (e.g., spare parts) and FFP on select well defined/limited scope service tasks. The Government will utilize Cost Plus Fixed Fee CLINs to purchase Services and CR CLINs for travel, and other direct costs (ODCs) in accordance with (IAW) Federal Acquisition Regulation (FAR) 16.302, "Cost Contract". The Sabre Fury System: The Sabre Fury mounted system is based off the Counter Radio-Controlled EW (CREW) AN/VLQ-12(V)4/(V)5 Countermeasures System, referred to as the "Duke V4/V5 (DV4/V5)." As a result of emerging needs, the U.S. Army is seeking to adapt the Duke V4/V5 system hardware and software to provide increased capabilities in the areas of EW, to include signal detection, status and event reporting, and electronic response. The Sabre Fury consists of the receivers, transmitters, antennas, remote control unit, direction-finding (DF) sensors, and cabling. The Sabre Fury system differs in mission employment from the CREW Duke system in that the primary objective is to detect SoIs and report them to a user. Additionally, by leveraging the transmission capabilities of the Duke V4/V5 hardware, the Sabre Fury possesses the capacity to perform EW missions at a user's request. While the existing Duke V4/V5 inherently supports some aspects of this mission, several modifications and developments are required to bring this capability to bear as part of an integrated EW networked system. Examples of these include changes to the system's configuration, integration with a DF sensor, and development of the mechanisms to provide user monitoring and management of the Sabre Fury from a U.S. Army external tactical EW system. The Stryker-based FIST X or CMIC EW vehicle focuses on the Counter-Unmanned Aerial System (C-UAS) mission through the use of firmware, software and loadsets or threat loads specifically designed to optimize performance against emerging threats. FIST X is also enabled to conduct operations against other emerging tactical threats. The system includes Duke V5 electronics, tactical antennas, omni-directional antennas, and the SRC Inc. DF subsystem all under the control of the Maneuver Aviation Fires Integrated Application (MAFIA) C2 software for autonomous or man-in-the-loop operation. The FIST X Sabre Fury is readily reprogrammed and optimized for ground EW missions. The Sabre Fury system will also be installed in tactical vehicles to provide distributed, networked EW operations. Sabre Fury EW systems may be installed on any tactical platform by leveraging the Counter Radio Controlled Improvised Explosive Device (RCIED) Electronic Warfare (CREW) Duke A-kit with minor modifications. Remote networked operation can be accomplished with an existing EW Command and Control system and Planning Suites networked via standard tactical radio. The EWTV variant is a Sabre Fury-based EW system hosted on a MaxxPro Dash MRAP and is based on the fixed-site GATOR's server-based architecture. It can be operated as a mobile EW command and control node for the networked EW assets. In addition to the standard Sabre Fury Electronic Support (ES) and Electronic Attack (EA) functions, the EWTV will also be capable of executing the specialized GATOR missions. GATOR V3: The GATOR V3 system is a fixed site jamming capability. It provides easy set up/tear-down in approximately three hours. It is a self-contained, turn-key system that is equipped with its own power, shelter, and self-erecting tower on-board. Intuitive design provides pertinent information to the user on one screen while map overlays provide useful common operational picture. The GATOR V3 system architecture design supports networking; enabling the user to update the server, software defined radio, firmware, maps, shape files, and graphical user interface. Finally the GATOR V3 provides active monitoring capabilities through Electromagnetic Energy sensing, real-time indications and warnings capability, Battle Damage Assessment and Measure of Effectiveness/Measure of Performance validation. Limitations: The Government does not own complete detailed design/fabrication documentation, software source code, or the technical data package for the Duke FoS listed above to provide to a third party. Technical data is the property of the original equipment manufacturer, SRC Inc., North Syracuse, New York. Major Milestones: Anticipated RFP Release Date: 3QFY18 The security requirements for this effort will be as follows: Facility Clearance required shall be TOP SECRET SENSITIVE COMPARTMENTED INFORMATION (TS/SCI) with TS/SCI safeguarding capability. This notice is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W56KGY17RF079 has been assigned to this market survey for reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement. Interested parties may identify their capability to meet all or portions of the requirements by submitting an unclassified white paper, technical data and past performance data. Respondents must also address the following items: 1. Company Name, Contact Name, Position, Telephone, Email, and Company URL. 2. Corporate capability to include available facilities to execute sustainment requirements, Facility Clearance and safeguarding levels, Cage code, and DUNs number. White paper and additional data must be provided to this office no later than 5:00 PM Eastern Standard Time on 8 December 2017. Only responses received by this date will be considered. Respondents must identify, in writing, their interest and capability to respond to this requirement by submitting one (1) electronic copy via email to Mr. John D. Masco (john.d.masco.civ@mail.mil) and Mr. Eric C. Pyles (eric.c.pyles.civ@mail.mil). NO TELEPHONE REQUESTS WILL BE HONORED. Contracting Office Address: 6001 COMBAT DRIVE Aberdeen Proving Ground, Maryland 21005-1846 United States Primary Point of Contact: Eric C. Pyles, Contract Specialist eric.c.pyles.civ@mail.mil Phone: (443) 861-5376 Secondary Point of Contact: Christopher R. Gaines, Contracting Officer christopher.r.gaines4.civ@mail.mil Phone: (443) 861-5374
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c676650a28f375bf8180e0a1375eea40)
 
Record
SN04749142-W 20171129/171127230845-c676650a28f375bf8180e0a1375eea40 (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.