MODIFICATION
58 -- Small Form Factor (SFF) Transponder-N0001912R0013
- Notice Date
- 10/1/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- SFF5SEP2012
- Archive Date
- 10/30/2012
- Point of Contact
- Mary M Dodds, Phone: (301) 757-7083, William D Gentry, Phone: 301-757-7069
- E-Mail Address
-
mary.dodds@navy.mil, william.gentry@navy.mil
(mary.dodds@navy.mil, william.gentry@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) intends to conduct a full and open competition in accordance with FAR 6.102(b) for a Small Form Factor (SFF) Transponder that will provide identification, position, and surveillance reporting in response to challenges from airborne, ground based, and surface interrogators. NAVAIR does not intend to use the provisions of FAR Part 12 for this acquisition. NAVAIR will NOT fund any developmental or nonrecurring engineering efforts necessary to obtain a complying product. The SFF Transponder must meet the existing AIMS 03-1000A with Changes 1, 2, and 3 (ATCRBS/IFF/Mark XIIA Electronic Identification System and Military Implementation of Mode S) baseline requirements. The SFF Transponder, with the cryptographic appliqué installed, must fit within the space of 5.375 inches high by 5.375 inches wide by 8.375 inches deep. A SFF Transponder that exceeds any of the maximum dimensions called out above will be noncompliant with the SFF Specification. The SFF Transponder, with the cryptographic appliqué installed, must weigh less than 7 pounds and nominally consume less than 30 watts of power. Obtaining a SFF Transponder whose dimensions, weight, and power consumption are significantly less than the maximum dimensions, weight, and power consumption called out above is a priority for the Government. The solicitation issued for these requirements will contain an evaluation factor that measure the extent to which offerors propose a SFF Transponder whose maximum dimensions, weight, and power consumption are significantly less than the maximum dimensions, weight, and power consumption called out above. The dimensions, weight, and power consumption proposed for the SFF Transponder of the winning firm will be made a requirement of the SFF contract awarded to that firm. The SFF Transponder must provide MIL-STD-1553 and RS-485 Interfaces and must provide Discrete Gillham altitude inputs. The SFF Transponder must meet the environmental requirements of Aeronautical Design Standard ADS-71-SP, the electromagnetic interference and power requirements of ADS-37 and MIL-STD-704A-F, and the Automatic Dependent Surveillance-Broadcast (ADS-B) Out Performance requirements of DO-260B. The SFF must be DO-178B, level C software and DO-254, level C firmware compliant. The SFF contract awarded as a result of this full and open competition will contain firm fixed price line items for the delivery of 3 early production units no later than 28 February 2014 and 7 early production units no later than 30 June 2014 with the attendant technical data. The contract will contain firm fixed price option line items for a production quantity of up to 600 units. Initial production unit delivery must meet a 31 October 2014 delivery deadline with follow-on deliveries through 2018 of up to 20 units per month. The contract will also contain time and materials line items for low dollar value urgent technical support. NAVAIR anticipates making award of the SFF contract no sooner than 21 August 2013. The request for proposal (RFP) to be issued for the SFF full and open competition will contain the following pass/fail requirements: offeror must have a valid/current U.S. COMSEC account; offeror's proposed SFF design solution must be capable of using an NSA certified US Crypto appliqué; offeror must have obtained an AIMS Box Level Certification pursuant to AIMS 03-1000A with Changes 1, 2, and 3 (ATCRBS/IFF/Mark XIIA Electronic Identification System and Military Implementation of Mode S) baseline requirements by the date of submission of the proposal (estimated to be 26 February 2013); and offeror must pass a fit check with the Shadow UAV. Offerors whose proposals fail to demonstrate compliance with any of these pass/fail requirements will be ineligible for award of the SFF contract. The fit check with the Shadow UAV will be held on 27 February 2013 at Naval Air Station, Patuxent River, MD. The Government will provide the Shadow UAV, a KIV-77 Crypto Appliqué, and a KIV-78 Crypto Appliqué for the fit check. The offeror will provide their SFF box. The offeror will not be required to power up their box or prove functionality. The offeror will install either the KIV-77 or KIV-78 Crypto Appliqué by either plugging the Appliqué directly into their SFF box or installing it inside their SFF box. Once the Crypto Appliqué has been installed, the Government will insert the offeror's SFF box into the transponder rack within the Shadow UAV. Offeror SFF boxes (to include all interfaces and connectors) that do not fit within this rack will be deemed to have failed the fit check. Modifications to the Shadow UAV transponder rack will not be permitted nor will offerors be allowed to modify their SFF box after an initial failed attempt to insert it into the Shadow UAV transponder rack. RFP documents (except for the SFF Specification) will be posted to the publicly assessable NAVAIR Homepage. The SFF Specification is marked with Distribution Statement D; as a result, the SFF Specification is only releasable to current and approved Department of Defense (DoD) contractors located in the United States (U.S.) who possess a current and valid U.S. facility clearance with technologies/data safeguarding capabilities. As a result of this constraint, foreign contractors may NOT participate in the SFF effort as a prime contractor. Foreign firms who wish to participate in the SFF acquisition must do so as a subcontractor to a U.S. contractor who meets the facility clearance and safeguarding capability requirements noted above. Any such subcontracting arrangement between a U.S. contractor and a foreign firm (to include employment of foreign nationals by U.S. firms) shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the Procuring Contracting Officer and the NAVAIR Foreign Disclosure Officer. The NAVAIR SFF Procuring Contracting Officer (PCO) is unable to provide COMSEC equipment to potential offerors prior to award of the SFF contract. Offerors who currently have a contract with the U.S. Government may be able to obtain COMSEC equipment as GFE under their contract for use in their SFF proposal preparation efforts if they possess the appropriate authorizations pursuant to FAR Part 45. Offerors in that position would need to request the COMSEC GFE from the PCO for their contract. NAVAIR will not be responsible for facilitating the offeror's request nor will NAVAIR ensure that the COMSEC equipment is provided in a timely fashion. It is a matter of property administration under the existing contract. The Government disclaims liability for late delivery of GFE for contractor purposes in such circumstances. In addition, Offerors are advised that the NAVAIR PCO will not alter the SFF procurement schedule as a result of another Government PCO's failure to provide COMSEC equipment to the affected Offeror. The following SFF procurement milestones with notional completion dates are provided: Draft RFP Posted to NAVAIR Home Page - 17 October 2012; Industry Day - 30 October 2012; Formal RFP posted to NAVAIR Home Page - 7 January 2013; and Due Date for Proposal Submittal - 26 February 2013. Please note that these dates are subject to change. A modification to this synopsis will be posted to FEDBIZZOPPS in early October to announce the arrangements for Industry Day. Subsequent modifications to this synopsis will be posted to FEDBIZZOPPS to announce the posting of the draft and formal RFPs and provide guidance for accessing the NAVAIR Home Page. Firms interested in competing for the SFF effort should contact Ms. Mary Dodds at Mary.Dodds@navy.mil [phone number (301) 757-7083]. Please provide point of contact information for your firm to include name, phone number, and e-mail address. Please also provide your Cage code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/SFF5SEP2012/listing.html)
- Record
- SN02906011-W 20121003/121001235716-92b30f1274c699e88065129127113715 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |