|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 15,1998 PSA#2074Hq, Space and Missile Systems Center, SMC/PK, 155 Discoverer Blvd,
Suite 1516, Los Angeles AFB, CA 90245-4692 A -- GPS RECEIVER APPLICATIONS MODULE-SELECTIVE
AVAILABILITY/ANTI-SPOOFING MODULE (GRAM-SAASM) PROGRAM DUE 051398 POC
Lt. Kevin Clark, (310) 363-5768; Contracting Officer: Mr. Charles D.
Watson, (310) 363-0489 WEB: click here to download PRDA Number 98-31,
http://www.laafb.af.mil/SMC/CZ/homepage/user/graasm.htm. INTRODUCTION:
HQ Space and Missile Systems Center (SMC) is interested in receiving
proposals (technical/management and cost) on the research and
development effort described below for the NAVSTAR Global Positioning
System (GPS) Joint Program Office (JPO). The GRAM-SAASM is a research
and development effort being acquired under the procedures of FAR Part
35.016 as supplemented. Due to FAR character restrictions, this
solicitation is published in two (2) parts, with this being Part 1 of
2 (see Part 2 for Sections D, E, and F of this solicitation). Proposals
in response to this PRDA shall be submitted by 13 May 1998, 1500 hours
Pacific Daylight Time (PDT), addressed to HQ SMC/CZK, 2435 Vela Way,
Suite 1613, Los Angeles AFB, El Segundo, CA 90245-5500, Attn.: Ms
Lynette Bryant. The Government reserves the right to amend this PRDA to
allow for subsequent proposal submission dates. Proposals submitted
shall be in accordance with this announcement. Proposals submitted
after the cutoff date specified herein shall be treated in accordance
with restrictions of FAR 52.215-1(c), Instructions to
Offerors-Competitive Acquisition. This notice constitutes the actual
solicitation for this requirement. A formal Request for Proposal (RFP)
will not be issued. If Offerors are unfamiliar with the PRDA policy
and procedures for the solicitation, receipt, evaluation, and selection
for award(s) of proposals, a copy of the AFMC FAR Sup 5335.90 and
5335.016 may be obtained from the contracting point of contact. In
addition, for information on Program Research and Development
Announcements, see the Wright Laboratory PRDA Guide at:
http//www.wl.wpafb.af.mil/contract/prdag.htm. B-REQUIREMENTS: (1)
Technical Description: The purpose of this Program Research and
Development Announcement (PRDA) is to share in the costs to accelerate
the research and development of GRAM-SAASM applicable to the varied
GPS Host Application Equipment (HAE). GRAM-SAASM cards are targeted for
use in a wide variety of up-coming GPS user equipment production
acquisitions for platforms ranging from munitions guidance, to
hand-held receivers, to personal computers, vehicles (air, ground,
ocean). The wide variety of platforms and associated HAE dictates the
need for a variety of GRAM-SAASM form factors. The objective of this
GRAM-SAASM effort is to reduce the availability risk to these future
acquisitions by encouraging on-going development by industry. (2)
Deliverable Items: The following items are required contract
deliverables: (a) The primary product of this effort shall be a
non-proprietary interface control document (ICD) defining physical
interface and data flow between GRAM and HAE, and shall be delivered at
the completion of the contract. The ICD will become a stand alone Form
Factor Appendix to the GRAM Guidelines and shall define the following
items for the given GRAM/SAASM form factor: the input signal format,
mechanical interface, signal interface characteristics, and connector
pinout. (b) Test data from a functional GRAM/SAASM prototype for a
given form factor. The test data shall verify compliance with the GRAM
Guidelines and the SAASM Specifications and shall validate the item
(a) ICD. The GRAM/SAASM prototype may be either a developmental
configuration or a pre-production configuration IAW CZE-94-001 and
CZE-93-105A. The developmental GRAM/SAASM configuration, which may be
a brassboard, shall have input signal formats, mechanical interfaces,
signal interfaces, and connector pinouts to the pre-production
configuration of the given GRAM/SAASM form factor. The SAASM for the
developmental GRAM/SAASM configuration may be a second brassboard that
interfaces with the GRAM brassboard. The developmental SAASM
configuration shall be in accordance with SS-GPS-001 Appendix IV. The
developmental GRAM/SAASM configuration shall be functionally equivalent
to the pre-production configuration of the given GRAM/SAASM form
factor. (c) Approved minutes from SAASM Security Reviews IAW CZE-94-001
and HAE Security Reviews IAW CZE-93-105A. A developmental GRAM-SAASM
configuration shall have successfully completed both the SAASM Security
Approval Process Intermediate Design Review (IDR) in accordance with
CZE-94-001 and the HAE Security Approval Process Intermediate Design
Review (IDR) in accordance with CZE-93-105A. A pre-production
GRAM-SAASM configuration shall have successfully completed both the
SAASM Security Approval Process Baseline Design Review (BDR) in
accordance with CZE-94-001 and the HAE Security Approval Process
Baseline Design Review (BDR) in accordance with CZE-93-105A. (d)
Production planning: If implementing a developmental GRAM/SAASM
configuration, the contractor shall provide a plan for completing both
the CZE-94-001 SAASM Security Approval Process and the CZE-93-105A HAE
Security Approval Process. The plan shall also show the evolution of
the prototype into a fully compliant GRAM card for specific users,
including requirements for mean time between failures, memory and
processing reserves, power consumption, environmental requirements, and
electromagnetic interference and compatibility. (3) Security
Requirements: This acquisition will contain classified material. Work
performed under this acquisition may be classified up to and including
the SECRET level. Offerors must also comply with security requirements
in accordance with the Navstar GPS System Protection Guide. Offerors
with Facility Security Clearances and classified storage capability
higher than SECRET, granted by Defense Security Service under the terms
of the NISPOM, are encouraged to submit proposals/data at higher
security classifications if applicable. Notice to Foreign-Owned Firms:
US procurement contracts for GPS PPS equipment must be awarded to US
companies. Foreign teaming, licensing, or subcontracting are allowed;
however, the participating companies must clearly demonstrate that the
hardware and software implementing the GPS cryptography are designed,
built, and integrated by US companies on-shore. This requirement must
be separately auditable. C- ADDITIONAL INFORMATION: (1) Period of
Performance: Thetotal length of the technical effort shall be no more
than 18 months. (2) Expected Award Date: 30 JUN 98 (3) Government
Estimate: The government anticipates a total cost of approximately $5M
or more. However, the government will fund not more than $2M per
proposed form factor based on the results of an evaluation of the
contractor's proposal and negotiations. (4) Type of Contract:
Cost-Sharing (no fee), completion form. The GRAM-SAASM PRDA envisions
multiple awards that include a Cost-Sharing arrangement between
contractors and the Government and are expected to be completed not
later than 31 Dec 1999. (5) Government Funding: Contracts awarded will
be funded incrementally using FY98 and FY99 funds. FY98 funds totaling
$4.9M, which will be the initial increment of funds obligated, is to be
apportioned among the various contractors receiving contract awards.
FY99 funds have not been internally committed pending receipt and
evaluation of proposals to determine the FY99 funding requirement. The
total amount of funds obligated and number of contracts awarded will
be based on the availability of total funds. (6) Government Furnished
Information (GFI) All documents identified herein and required by
contractors can be obtained from the GPS library. POC is Lt. Kevin
Clark (7) This PRDA is also accessible via the SMC webpage at
www.laafb.af.mil/SMC/PK/CBD. Interested Offerors who did not attend the
GRAM-SAASM Industry Days on 6 Feb 98 may access the GRAM-SAASM webpage
at www.laafb.af.mil/SMC/CZ/homepage/user/graasm.htm for more
information. Proposals are due on 13 May 1998. A Pre-Proposal
Conference is scheduled for Thursday, 16 Apr 98, at the GPS Joint
Program Office in El Segundo, CA. The conference will consist only of
Gov't-Industry one-on-one meetings. There will be no General Session.
Each Contractor will be allotted a 1-hour time block to conference with
the Government. Interested Contractors should schedule with Mr. Ramon
Hilario, (310) 363-6503. Interested attendees must submit a visit
request to HQ/SMC/CZU, Attn.: Mr. Ramon Hilario 2435 Vela Way, Suite
1613, Los Angeles AFB, El Segundo, CA 90245-5500.**** (0100) Loren Data Corp. http://www.ld.com (SYN# 0004 19980415\A-0004.SOL)
A - Research and Development Index Page
|
|