Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

58 -- Passive Targeting (PT) Integration for MQ-8C

Notice Date
2/23/2021 9:23:03 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
N00019-22-RFPREQ-PMA-266-0042-01
 
Response Due
3/10/2021 2:00:00 PM
 
Archive Date
03/25/2021
 
Point of Contact
Elizabeth A. Greer, Raymond C. Cannon
 
E-Mail Address
elizabeth.greer@navy.mil, raymond.c.cannon@navy.mil
(elizabeth.greer@navy.mil, raymond.c.cannon@navy.mil)
 
Description
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL. �IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE PASSIVE TARGETING �INTEGRATION 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 SOURCES SOUGHT.� THIS 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 ANNOUNCEMENT. �NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. �ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Multi-Mission Tactical Unmanned Air Systems Program (PMA-266) at Patuxent River, MD announces its intent to award a sole-source contract to Northrop Grumman Systems Corporation (NGSC), San Diego, CA, for the integration of a Passive Targeting (PT) capability into the MQ-8C Fire Scout. �NGSC is the sole designer, developer, manufacturer, and integrator of the MQ-8C unmanned aircraft.� The Government intends to award to NGSC under the authority of FAR 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� Other interested parties may identify their interest and capability to respond to the requirement no later than the response date listed.� The requested information is intended to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and requisite knowledge required to support the requirement. The Government does not possess the adequate license rights in the required Technical Data Package (TDP) necessary to fulfill the requirement herein.� Therefore, respondents shall provide un-redacted licensing agreements in place with the MQ-8C Original Equipment Manufacturer (OEM), NGSC, in order to enable the Government to perform an initial validation of the respondent�s ability to fulfill the PT integration requirements set forth herein.� RESPONDENTS THAT DO NOT PROVIDE THE AFOREMENTIONED LICENSING INFORMATION WILL NOT BE ASSESSED OR CONSIDERED. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible firms capable of providing the hardware 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 sources sought. BACKGROUND The Government has a requirement for the integration of an Electronic Intelligence (ELINT) capability that will enable the MQ-8C to exploit the electromagnetic spectrum for maritime Indications and Warning; Intelligence, Surveillance, Reconnaissance, and Targeting (ISR&T); and support passive threat detection and targeting capability to enhance the operational commanders� capability to conduct effective, long-range operations.� The MQ-8C, equipped with effective PT sensors, could provide threat detection/classification and targeting information to its host ship for potential kinetic engagement. ANTICIPATED PERIOD OF PERFORMANCE The Period of Performance from Contract award to completion of flight test support is anticipated to be approximately 42 months with a potential 24 months for integration and test support. ��� ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Fixed Fee (CPFF). REQUIRED CAPABILITIES Enable the MQ-8C to exploit the electromagnetic spectrum for maritime Indications and Warning (I&W), ISR, and provide targeting through passive threat geo-location for all netted platforms and weapons. Enable MQ-8C to support passive threat detection and targeting capability to enhance the operational commander�s capability to conduct effective, long-range, Distributed Maritime Operations with LCS EW system top level requirements include: Maximum volume: (processor/receiver): 2.0 ft3 Maximum weight (processor/receiver/antenna): 100 lbs Electrical power: 28 VDC/Maximum power: 1000 watts Technical Readiness Level (TRL) 7: System has been demonstrated in a relevant flight environment (i.e. the system has performed on an actual aircraft, not just in a lab) Precision Direction Finding (DF) Capability Use existing integration design (seat track rails) for mounting Integrate with existing Raytheon (MCS)/Minotaur software for track correlation, reporting and display Add multiple arrays for increased geo-location accuracy ELIGIBILITY The applicable NAICS code is 334511 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 5865. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISION DETAILS It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address, at a minimum, the following: Notice number from the beta.SAM posting to which you are responding. Company Name; Company Address; CAGE Code, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address; Company profile to include number of employees, annual revenue history, office location(s), DUNS number, business size, and a statement regarding current small/large business size status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein; Type of work your company has performed in the past in support of the same or similar requirement. Can or has your company managed a task of this nature? If so, please provide details. Company's ability to begin performance upon contract award without the requirement for additional negotiations or contract awards to procure rights to start performance for any resultant effort. If qualifying as a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described herein within the period of performance. All responses, including capability statements, shall be submitted no later than 5:00 PM EST, 10 March 2021.� Responses shall be submitted electronically to the designated Contract Specialist, Elizabeth Greer, in Microsoft Word format or Portable Document Format (PDF) at the following email address: elizabeth.greer@navy.mil. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/686259166f1443d4937697c59e0ccd45/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05924793-F 20210225/210223230117 (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  © 1994-2020, Loren Data Corp.