Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2018 FBO #6221
SOURCES SOUGHT

16 -- GPS Hardening Capabilities

Notice Date
12/3/2018
 
Notice Type
Synopsis
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
2275 D Street Wright-Patterson AFB OH 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-19-R-5005
 
Response Due
12/14/2018
 
Point of Contact
John E. Lindsay, Contract Negotiator, Phone 9376568086, - John Oliver, Technical POC, Phone 937-656-8509
 
E-Mail Address
john.lindsay.2@us.af.mil, john.oliver.16@us.af.mil
 
Small Business Set-Aside
N/A
 
Description
RFI / SOURCES SOUGHT Synopsis: 1. This Request for Information (RFI) is issued for information purposes only and neither constitutes a solicitation nor a commitment by the government to award a contract now or in the future. Submitting information for this RFI is voluntary and participants will not be compensated. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information in this RFI. Your response will be treated as information only, it shall not be used as a proposal. 2. The Air Force Life Cycle Management Cycle, Special Operations Forces and Personnel Recovery Division (AFLCMC/WIS) is requesting information to identify potential sources that may possess the technical data, expertise, capabilities, and experience to support the Air Force Special Operation Command requirement to improve GPS Hardening capabilities onboard the MC-130J and EC-130J aircraft. 3. The MC/EC-130J aircraft require an upgraded GPS capability to meet the FY 2011 National Defense Authorization Act mandated Military Code (M-Code) compliance. Due to the non-availability of M-Code hardware until after the CY21 timeframe, the Air Force Special Operations Command (AFSOC) requires an interim upgraded system to improve GPS performance in a GPS degraded/denied threat environment. This GPS Hardening Anti-Jamming solution is intended to mitigate and offset these threats until the mandated M-Code solution becomes available. 4. For the interim solution, the USG is pursuing the acquisition of two digital GPS hardening technologies to replace the existing GAS-1 Antenna Electronics with digital nulling (i.e., ability of antenna to remove threat signals from GPS interference) and digital beam steering (i.e., ability to improve extra gain toward GPS satellite). Integrating these improved GPS nulling and beam steering capabilities onboard the MC/EC-130J aircraft will require procuring the Digital Antenna Electronics (DAE) equipment, upgrading the GPS receiver and making the software updates or upgrades to the Dash (-) 5 Embedded GPS/Inertial Navigation System (EGI) without incurring research and development costs. 5. The contractor will be required to provide information that they can demonstrate experience in the capabilities listed below to satisfy this improved GPS hardening requirement. The anticipated scope will include providing services, engineering, testing and manufacturing. The USG requests the contractor to respond to their ability to satisfy the following requirements (not all inclusive). a) The proposed Digital Antenna Electronics (DAE) system must meet the following system requirements: 1. ICD-TNL-DAE Interface Control Document for the Digital Antenna Electronics (DAE), revision A, 23 June 2008, Trimble Military and Advanced Systems, Inc 2. ICD-TNL-167 Interface Control Document for the GPS Receiver Application Module Modified Standard Electronics Module (GRAM-S). Revision 1.16, 21 October 2009, Trimble Military and Advanced Systems, Inc 3. DAE tuned to work with the electrical signals matching those provided by the controlled radiation pattern antenna (CRPA). The CRPA is a 7 element that connects to specified port on the DAE 4. DAE capable of carrying the digital beam data from the GPS Receiver, Trimble 524D, as described in the ICD-TNL-DAE. 5. DAE coordinates the digital beam steering with the Trimble GPS Receiver that is part of the Honeywell H-764 Advanced Configurable EGI (ACE). 6. The Line Replaceable Unit (LRU) is a Form Fit as a replacement to the Raytheon GAS-1 Antenna Electronics unit that accepts seven RF signal inputs from the CRPA. 7. Requires the following outputs: i. RF cable output from the DAE for digital beam data ii. RS-422 Control for high speed digitized IF data link iii. Two Additional protected RF outputs for Legacy GPS receivers iv. Power v. Test/Status b) Explain and outline the contractor digital GPS hardening (nulling and beam steering) system. c) Is the designated hardening solution fielded, development, or in production? d) Fielded on military aircraft or COTs? e) Ability of the contractor to meet the pre-manufacturing "Need Date" of 1 July 2019. This date derived from the requirement to perform cyber security and airworthiness assessments before DAE manufacturing plus notifying the EGI vendor of the DAE solution. f) Solution applies only to the front end of the aircraft, not the backend mission. g) Will testing be required? If so, what type? h) Estimated schedule i) Any research, development prototyping required? j) Quality assurance/inspections/certifications k) Engineering and technical support 1. Non-recurring engineering design 2. Reverse engineering 3. Engineering support services 4. Technical documents 5. Technical Orders 6. Engineering analysis 7. CAD/CAM drawings l) Aircraft modification/installation; i.e., ability to produce a trial kit install unit (TKI) and production kit install (PKI) units m) Developing training and training materials n) Generation and interpretation of data and drawings o) Kit fabrication and build p) Program management q) Ability to perform manufacturing work at contractor location r) Performing aircraft field installations at other CONUS locations s) Ability to obtain Secret clearances 6. If after reviewing this information your company desires to participate by responding to this notice, provide documentation that supports your company’s ability to support this improved GPS-H Hardening requirement. Failure to provide adequate documentation will inhibit the government’s assessment of your capabilities. If your company lacks sufficient capability, please provide details explaining how the company would overcome the shortfall in order to perform. The information gathered by this RFI may be utilized to plan for a follow-on contract. Joint ventures or teaming arrangement are permissible. 7. Please provide the following business information for your company, institution, or any teaming or joint venture partners: company name; address; point of contact; CAGE code; telephone number; email address; web page URL; size of business pursuant to the North American Industrial Classification System (NAICS) code 334220; based on the above NAICS code, state whether your company is a Large Business, Small Business, Woman-Owned Small Business, Economically-Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and Central Contractor Registration. Also include a statement indicating whether the company is domestically or foreign owned. If foreign owned, please indicate the country of ownership. Finally, interested parties should submit information regarding possible subcontracting opportunities, type of supplies/services offered (i.e., commercial and/or non-commercial), and examples of contracts held for similar efforts, including contract number and contracting point of contact. 8. General capabilities and experience with the scope of efforts listed in para 5 should be submitted on CD-R or DVD-R in an electronic format that is compatible with Microsoft Windows and Office 2016. Send this CD/DVD to Mr. John Lindsay, AFLCMC/WISK 1895 5th Street, Bldg. 46, Wright-Patterson AFB, OH 45433-7200 not later than 4:00 PM EST, 14 December 2018. The CD/DVD cover label shall be marked “Proprietary/Competition Sensitive Information.” if any of the responses are proprietary. Marketing material is considered an insufficient response to this RFI. 9. Two paper copies of the response shall be submitted, unbounded in three-ring binders and must be clearly labeled “Proprietary /Competition Sensitive Information” on cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font type shall be Time New Roman or Arial, and font size shall be no less than 12 point. Use, at a minimum, 1-inch margin. No classified information shall be included in company submittals. Please limit response to 40 pages or less. 10. Direct all requests and routine communications concerning this RFI to the Points of Contact listed below. For technical questions, please contact Mr. John Oliver, listed below. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-19-R-5005/listing.html)
 
Record
SN05164982-F 20181205/181203230016 (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.