Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 15,1998 PSA#2074

Hq, 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