Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
SOURCES SOUGHT

58 -- Multi-Intelligence Sensor Development (MISD) Common Chassis Production

Notice Date
12/7/2020 6:19:21 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-290-1141
 
Response Due
12/22/2020 2:00:00 PM
 
Archive Date
01/06/2021
 
Point of Contact
Shavar A. Nevins, Scott Segesdy
 
E-Mail Address
shavar.nevins@navy.mil, scott.segesdy@navy.mil
(shavar.nevins@navy.mil, scott.segesdy@navy.mil)
 
Description
This market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. DISCLAIMER THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. INTRODUCTION The Naval Air Systems Command, Maritime Patrol and Reconnaissance Aircraft Contracts Division, COMNAVAIRSYSCOM PAX, Patuxent River, MD is seeking sources as it intends to execute a class of contract actions to procure the Multi-Intelligence Sensor Development (MISD) Common Chassis production units (hereafter referred to as units) for fielding in multiple manned aircraft.� The establishment of up to two Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts (MAC) is envisioned.� Each IDIQ contract is planned to include five series of contract line item numbers (CLINs) for five annual ordering periods.� Each ordering period�s CLIN series will enable the procurement of up to 5 variants of units with the maximum annual cumulative quantity of units per ordering period ranging from 10 to 25.� Each unit is required to be delivered not later than 3 years after it is ordered.� Initial contract award is planned to occur during either second or third quarter of Government Fiscal Year 2022. �A class of contract actions is anticipated, because after the initial award of each contract, contract modifications will be executed for, among other things, the incorporation of Engineering Change Proposals (ECPs) and the enabling of future obsolescence related upgrades. �This announcement constitutes a sources sought synopsis.� THIS NOTICE IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Proposal.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this Notice. ELIGIBILITY The Product Service Code (PSC) for this requirement is 5865 and the NAICS code is 334511. PROGRAM BACKGROUND The Sierra Nevada Corporation (SNC), and ArgonST, a Boeing Company, are joint designers, developers and integrators of the MISD systems including the Common Chassis.� The MISD systems developed for the P-8A, P-8A R&D, EP-3, Naval Undersea Warfare Center (NUWC), and Army utilize different variants of the Common Chassis. �The MISD Intelligence (Multi-INT) processing open-architecture Receiver Chassis (a.k.a. Common Chassis) provides flexible receiver capability through employing both narrow and wideband digital controlled tuners, Field-Programmable Gate Array FPGAs, and Linux-based general-purpose processors to host SIGINT processing applications configurations.� The Common Chassis can host up to four tuner cards and contains 2 general purpose processors and is a liquid-cooled 8RU sized rugged embedded computing chassis Radio-Frequency (RF) signal processing chassis.� The SIGINT processing applications interface to the chassis processing hardware through the Software Development Kit (SDK) runtime server and its components.� The SDK server provides an interface abstraction layer and services for configuring, managing and monitoring all chassis processing hardware. ���The Common Chassis interfaces with aircraft crew stations to allow operator control of the tuners to search for signals of interest.� The Common Chassis provides signal identification, direction of arrival and data for analysis back to the operators. The Common Chassis also provides interfaces to other systems onboard the host aircraft. MISD has developed, integrated and tested unique collection capabilities and payloads with Tasking, Collection, Processing, Exploitation, and Dissemination (TCPED) technologies to a variety of Command, Control, Communications, Computer, Intelligence, Surveillance, Reconnaissance, and Targeting (C4ISR&T) Unmanned Aircraft Vehicles/Unmanned Aircraft Systems (UAVs/UASs), next-generation manned aircraft, and supporting Ground Support Stations (GSSs), as well as maintain and support the legacy manned ISR&T aircraft through Sundown.� REQUIRED CAPABILITIES For each of the five ordering periods planned to begin during either second or third quarter of Government Fiscal Year 2022, each contractor will be required to fabricate and deliver up to 5 variants of units with the annual cumulative quantity of units per ordering period ranging from 0 to 25.� Each unit is required to be delivered not later than 3 years after it is ordered.� Since the Government does not possess sufficient technical data, computer software, and computer software documentation that a Contractor would require in order for that Contractor to fulfill these planned requirements, each contractor (other than SNC or ArgonST) must either team/partner with SNC or ArgonST or obtain license(s) from SNC or ArgonST for the technical data, computer software, and computer software documentation.� Each contractor will be required to subcontract with certain companies for certain components, parts, or software.� Each contractor shall provide the qualified personnel, material to include the chassis and digitizing tuner cards, facilities, equipment, software, testing benches, and other supplies to accomplish the production and delivery of MISD Common Chassis.� Each contractor shall provide the technical work, management, and processes required for system defect correction, modernization, enhancements and improvements, and obsolescence related upgrades.� Each contractor shall perform fleet support, software corrections, system production changes, system/subsystem updates, and retrofit of approved configuration changes.� As previously stated, a class of contract actions is anticipated, because after the initial award of each contract, contract modifications will be executed for, among other things, the incorporation of ECPs and the enabling of future obsolescence related upgrades. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.� The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14.� If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14.� NAVAIR contemplates utilizing cost-reimbursement type contract line items.� Therefore, interested parties will also be required to have a Government approved accounting system upon contract award. SUBMISSION DETAILS Interested persons (respondents), other than SNC and ArgonST, must submit an UNCLASSIFIED capability statement.� Each capability statement shall include/address at a minimum: (1) Small/Large Business Status:� A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status.� Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.� If claiming small business status, provide an explanation of your company's ability to perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (2) Business:� Due to the fact that SNC and ArgonST are the only entities with sufficient technical data, computer software, testing benches, and computer software documentation that a Contractor would require in order for that Contractor to fulfill these planned requirements, each interested party (other than SNC or ArgonST) must include either (1) a teaming agreement (or equivalent document) signed by SNC or ArgonST indicating agreement to partner with or be a subcontractor to the interested party for the contemplated procurement; or (2) a document signed by SNC or ArgonST indicating agreement to offer a license to the interested party for the technical data, computer software, and computer software documentation. (3) Execution:� A description of the technical approach for commencing the effort at the estimated award date of January 2023. (4) Experience:� A description of previous (awarded within last 3 years) or current relevant contracts. (5) Personnel:� Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. (6) Facilities:� Availability and description of facilities and equipment that will be utilized to meet requirements. (7) Security:� A description of facility and personnel security regarding the handling and storage of classified information and hardware. (8) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Data Markings.� In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data�Noncommercial Items (FEB 2014).� Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.� All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information.� Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman.� The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information not later than �the Response Date indicated on this Notice.� Classified material SHALL NOT be submitted.� All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted.� Point-of-contact information should include name, position, phone number, and email address.� Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed.� Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. � International Traffic in Arms Regulations (ITAR).� If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Responses to this Notice shall be sent via e-mail to the Government points of contact listed on this Notice. Questions regarding this sources sought must be emailed to the Government points of contact listed on this Notice.� Please do not inquire via telephone.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/616e44c979784692aa6e197964d069e0/view)
 
Record
SN05868357-F 20201209/201207230146 (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.