Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOURCES SOUGHT

58 -- Upgrades to Software Defined Sonobuoy Receiver (SDSR) and Procurement of Stimulator Test Equipment, Acoustic Communications (ACOMMS) Prototype Sonobouys, and VPX Integrated Programmable Receiver (VIPR)

Notice Date
11/17/2023 10:43:21 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
N00019-24-RFPREQ-APM264-0013
 
Response Due
12/4/2023 1:00:00 PM
 
Archive Date
12/19/2023
 
Point of Contact
Jasmine McCree, Lisa Troccoli
 
E-Mail Address
jasmine.a.mccree.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil
(jasmine.a.mccree.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil)
 
Description
DISCLAIMER ""THIS SOURCES SOUGHT 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 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."" 1.0 INTRODUCTION This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland, Air Anti-Submarine Warfare Systems (ASW) Program Office (PMA-264) has the requirement for Fiscal Years (FY) 2024 through 2029 to provide continued design, fabrication, qualification, and delivery of hardware, software, and firmware upgrades and updates for P-3C, P-8A, and MH-60R aircraft. These efforts include upgrades and updates to the Software Defined Sonobuoy Receivers (SDSR), aircraft integration testing of SDSR upgrades and updates, the continued analysis of digital telemetry and cyber protection architecture, and the procurement of stimulator and stimulator test equipment such as the Many Channel Programmable Acoustic Processor Stimulator (McPAPS) Radio Subsystem (McPRS) units and Portable Acoustic Sonobuoy Simulators (PASS) units to address obsolescence issues and emergent requirements. In addition, Acoustic Communications (ACOMMS) prototype sonobuoys and VPX Integrated Programmable Receiver (VIPRs) will be procured under this contract vehicle. As background, SDSR hardware is designed to receive data and transmit command signals to the AN/SSQ family of sonobuoys. McPRS, as a subsystem of the McPAPS, is one of NAVAIR�s Anti-Submarine Warfare (ASW) Research and Development Test and Evaluation (RDT&E) stimulator test equipment tools. These types of assets generate and simulate sonobuoy signals for testing of the SDSR software and hardware upgrades and acoustic systems on the ground. In addition to SDSR and McPRS, the ACOMMS prototype sonobuoys are modified AN/SSQ-125 (variant) sonobuoy capable of transmitting underwater communications waveforms.� The desired ACOMMS prototype is an AN/SSQ-125 (lower) and AN/SSQ-125A (upper) sonobuoy. Also, VIPRs are used in the command and control of PMA-264 procured sonobuoys as well as receipt of sonobuoy uplink signals from those same sonobuoys.� PMA-264 is required to make upgrades to the Identification Register of the VIPR to support data encryption for planned sonobuoy improvements. Planned quantities include the following: McPRS Stimulator / Stimulator Test Equipment: 40 total (8 per year) ACOMMS prototype sonobuoys: 216 total (108 in FY26, 108 in FY27) VIPRS: 10 total (2 per year) It is anticipated that the resultant contract will include Firm Fixed Price and Cost-Reimbursement contract types. Funding for design and development and non-recurring engineering will not be provided. The Government will not provide funding for a new business to enter the market for costs incurred to develop any of the requirements identified above. Due to the proprietary nature and requisite knowledge of the requirements stated above, NAVAIR intends to award a sole source contract to Undersea Sensor System Inc. (USSI) as referenced in Federal Acquisition Regulation (FAR) 6.302.1 only one responsible source and no other supplies will satisfy agency requirements. Other interested parties may identify their interest and capability for this requirement no later than the response date identified in this notice. 2.0 BACKGROUND This requirement is a follow-on procurement to Basic Ordering Agreement (BOA), reference N0001919G0009, currently being performed by USSI. This existing BOA will expire on 26 February 2024. The efforts identified herein were not previously determined to be eligible for a small business set-aside. Existing contract information is available at http://foia.navair.navy.mil. 3.0 REQUIRED CAPABILITIES Potential vendors must: Be able to design, develop and manufacture SDSR and McPRS systems as stated in paragraph 1.0. Be able to design, develop and manufacture VIPR. Possess source code, drawings, or gerber files (standard electronics industry file format used to communicate design information to manufacturers for printed wiring boards), necessary to fabricate boards and/or upgrade source code. Possess or acquire fully qualified production-ready AN/SSQ-125A upper design(s) and capability to productionize. A fully qualified production-ready design is defined as either a design that has been or is currently being delivered to the Government OR a design that has received a letter from the Government declaring the design as qualified. Interested vendors must have experience with STANAG 4718 (ANEP 96), including Command Message Format (CMF) for the download of waveforms to the AN/SSQ-125A. Final assembly for all assets is required to be in the United States. 4.0 SPECIAL REQUIREMENTS The acquisition may require access to classified information, up to and including the SECRET level, in accordance with OPNAVINST 5510.13H. The contracted effort will require a Security Clearance classification of SECRET and may require SECRET storage. Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level III with regard to software development and system integration (hardware, software, testing, and project management). 5.0 ELIGIBILITY 10 United States Code 4864, miscellaneous limitations on the procurement of goods other than United States goods. The North American Industry Classification System (NAICS) code is 334511 with a small business size standard of 1,350 employees. The Product Support Code (PSC) for these requirements is 5845. The proposed acquisition will include a Conflict of Interest Solicitation provision and Contract Clause as set forth in FAR Subpart 9.5. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who possess the supplies and services provided in this notice and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this notice. 6.0 SUBMITTAL INFORMATION It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating the capability to meet the requirements of this notice. This documentation must address, at a minimum, the following: A company profile to include Company name, business size under North America Industry Classification System (NAICS) Code 334511, office location(s), Point of Contact (POC) name, phone number, email address, Commercial And Government Entity (CAGE) code, and Unique Entity ID (UEI). Include a brief description of any applicable contracts relating to the supplies and/or services described herein. Prior/current industry experience of similar size and scope as referenced in Section 3.0 �Required Capabilities�. Address the proposed management approach to staffing the effort with qualified personnel. Include corporate management policies, quality certifications, and the experience level of currently employed personnel to be assigned tasks under this effort. Provide documentation of the company's ability to begin performance immediately upon contract award projected in FY 2024, to include a detailed plan and estimated schedule(s) of performance.� Include any deviation or impact, if applicable. Provide documentation to show the company's ability to meet the Required Capabilities, Special Requirements, and Eligibility of this notice. All data received in response to this Sources Sought marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 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 these Sources Sought. Media: One (1) electronic copy is required and should be in Adobe PDF. Note that large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security. Means of Delivery: Submissions must be received no later than the Response Date of this notice. The capability statement package and/or questions or comments regarding this notice may be sent by email to Jasmine McCree at jasmine.a.mccree.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c07ada8337a468c992f82acfeea4ed1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06889275-F 20231119/231117230054 (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.