Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOURCES SOUGHT

99 -- REQUEST FOR INFORMATION (RFI) - PNT ENGINEERING AND TECHNICAL SERVICES

Notice Date
7/16/2020 8:59:59 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-20-X-MGUE
 
Response Due
7/22/2020 12:00:00 PM
 
Archive Date
09/22/2020
 
Point of Contact
Kevin Lee, Dolrica Wright
 
E-Mail Address
kevin.f.lee.civ@mail.mil, dolrica.j.wright.civ@mail.mil
(kevin.f.lee.civ@mail.mil, dolrica.j.wright.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION (RFI) FOR: Identifying contractors who possess proven expertise with navigation systems engineering and technical services. Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES. Background and Description: The Global Positioning System (GPS) provides Positioning, Navigation and Timing (PNT) information for use by hundreds of millions of civil and military users. GPS provides continuous highly accurate location and precise time information in a multitude of operating conditions around the world. The U.S. Army Program Manager for Positioning, Navigation, and Timing (PM PNT) is seeking Prime Contractor sources to provide engineering and technical services related to integration of the Military GPS User Equipment (MGUE) Increment 1 version of the Small Serial Interface (SSI) Ground-Based GPS Receiver Application Module for Military GPS Code (M-Code) (GB-GRAM-M) card into the Enhanced DAGR Distribution Device (ED3). Services shall include supporting host and platform integration, resolving installation issues, identifying operationally-critical issues, performing impact assessments, providing engineering support for designing, prototyping and testing of modifications to the D3, �conducting studies or analyses of proposed hardware (HW)/software (SW) changes to the GB-GRAM-M or the ED3 relative to its use as the host for MGUE, and provide testing support to ensure the ED3 host are fully functional and available as part of the Operationally representative Stryker platforms test fixtures in order for PM MGUE to complete their test objectives in the PM MGUE Operational User Evaluation (OUE) of the MGUE Inc 1 receiver. Request for Information: The Government is requesting contractors to provide sufficient information in the form of a white paper which describes capability and experience in providing the engineering and technical services described above. In addition, interested sources must address the following Market Survey Questionnaire: 1. Administrative Information Company Name Mailing Address and Website Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Identify your company's small business size standard and applicable socio economic categories if applicable (i.e., small-disadvantaged, women-owned, veteran-owned or 8(a)) based on the assigned North American Industry Classification System (NAICS) code of 541330 Engineering Services. The correspondence small business size standard is $38.5 Million. For more information refer to http://www.sba.gov/content/table-small-business-sizestandards. North America Industry Classification System (NAICS) number applicable Engineer Services or DoD Program Management. State your companies associated Business size and eligibility under U.S. Government social-economic programs and preference (i.e., type of business -large, small, small-disadvantaged, women-owned, veteran-owned or 8(a)). Data Universal Numbering System (DUNS) number Location of facility(s) Subcontracting Plan (if applicable) 2. Person(s) Responding to RFI a. Name b. Title c. Company Responsibility/Position d. Telephone Number/Fax Number e. Email Address 3. Security (Prime or Sub Team) Do you have a Facility Security Officer (FSO)? If so, provide contact information. Is your company foreign owned, either directly or indirectly? If so, what is the country of origin and is the company fully or partially owned? Is your company currently able to transmit unclassified data in accordance with U.S. Government data encryption requirements? Does your company have experience with compliance of DD254 �Contract Security Classification Specification? If so, what procedures does your company use to enforce DD254 compliance with subcontractors? Does your company have the ability to operate and maintain a secure shared data collection site (manpower, estimate labor hours, and total payments) between contractor and Government? Any potential sources shall have a valid accreditation from the Defense Security Service (DSS) at the Secret level. The availability of adequate cleared personnel to manage and support any efforts that may result from this Request for Information should also be addressed. Said personnel may require access to Communications Security (COMSEC) information, Special Access Programs, Sensitive Compartmented https://www.fbo.gov/index?tab=ntype 10/11/2016 Information (SCI) and Non SCI Intelligence information, North Atlantic Treaty Organization (NATO), Foreign Government, and For Official Use Only (FOUO) information, as well as access to the Secure Internet Protocol Router Network (SIPRNet) and Joint Worldwide Intelligence Communications System (JWICS) at the Government facility. 4. Describe your company's ability to perform the required tasks as a prime: a. Hardware and Software Enhancements Modify the Hardware and Software of ED3s supplied as Government furnished equipment (GFE), in accordance with CI-MGUE/GE-850E and with the changes to ICD-GPS-153 as defined in MSID-001A to host an MGUE GB-GRAM-M card. Identify ED3 SW modifications required in order to function with each MGUE GB-GRAM-M vendor�s card Perform HW/SW upgrades (corrective actions) to the ED3 as identified during each Government sponsored Integrated System Tests (IST) Install updates onto the GFE receiver cards and perform basic tests to ensure no disruption in functionality or performance. b. Technical Support Provide technical support to review and analyze issues related to GB�GRAM-M integration/installation into designated devices and host platforms, including recommendations for resolution and corrective actions for HW and SW changes to the ED3 Provide technical support to Government sponsored IST culminating in an Army MGUE Stryker Field Test (FT) in which the modified ED3s will be utilized. Provide technical support to review and analyze issues related to interactions between the ED3 and various Stryker client systems (e.g., Mortar Fire Control System), including recommendations for resolution and corrective actions for HW and SW changes to the ED3 Provide engineering and technical services to support MGUE interface implementation enhancements of new MGUE-related messages, and expanded legacy messages, as specified in MSID-001A, available to the systems connected to the modified ED3 c. MGUE Compatibility Enhancements Provide engineering and technical services to support the prototype development of modifications to the ED3 device, the subsequent integration of the GB-GRAM-M cards provided as GFE, and the testing of the modified ED3 devices. The intent is to update the ED3 design to support any GB-GRAM-M specification card On-site support to each MGUE vendor, as required, to resolve technical issues or concerns. Deliver written recommendations for changes to the ED3, with appropriate technical descriptions d. Impact Assessments/Qualification Tests/Test Reports/Studies Characterize the performance of GB�GRAM-M and ED3 HW and SW Investigations and analyses, documenting findings Provide and review testing procedures to ensure the implemented systems meet all requirements and specifications 5. Identify a maximum of three recent/relevantly awarded Government contracts (within the last two years) in which your company has provided engineering and technical services as a prime contractor. Please include a brief synopsis for each Government contract. If your company has not provided engineering and technical services as a prime contractor, please respond with the support your company has provided as a subcontractor. 6. If your company (if your company is a small business and a small business set-aside occurs) was awarded this contract, demonstrate how your company would comply with FAR 52.219-14, ""Limitations on Subcontracting."" 7. Demonstrate how your company would meet the requirements of DFARS 252.239-7001, ""Information Awareness Contractor Training and Certification."" NOTE: unsupervised privileged access is required. 8. Identify any and all potential Organizational Conflicts of Interest (OCI's) that your company would need to mitigate if your company was awarded this contract. 9. Does your company have a DCAA adequate accounting system? If not, highly recommend you to review the checklist and tools under www.dcaa.mil, and download the pre-award accounting system adequacy checklist. Response Information: Responses to this RFI must be unclassified, should not exceed 10 pages in length, and should be provided in Adobe PDF format. The Government will not reimburse responders to this notice for any costs incurred in responding or in any subsequent exchange of information. Submission of proprietary and other sensitive information must be marked and identified with disposition instructions. Submitted material will not be returned. 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. NO PHONE CALLS WILL BE ACCEPTED. HAND DELIVERED PACKAGES WILL NOT BE ACCEPTED. 10. E-mail is the only acceptable method of receipt. Please send responses to: Kevin Lee � kevin.f.lee.civ@mail.mil 11. Paper submissions, electronic media, or physical samples may be sent to: Program Manager Positioning, Navigation and Timing 6006 Combat Drive APG, MD 21005 12. Reponses are requested by no later than 22 July 2020 at 1500 EST. Interested parties are encouraged to respond early. 13. Submitted responses shall be UNCLASSIFIED unless prior arrangements are made with PM PNT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a7a8829653c6402dba7bc1efa96f0099/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05724238-F 20200718/200716230204 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.