Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2015 FBO #4893
SPECIAL NOTICE

59 -- Military Global Positioning User Equipment (MGUE) Handhelds - MGUE Handheld - RFI

Notice Date
4/16/2015
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
15-061
 
Archive Date
5/31/2015
 
Point of Contact
Sharon Haywood, Phone: 310-653-4971, Ginger Rubio, Phone: 3106533774
 
E-Mail Address
sharon.haywood.1@us.af.mil, ginger.rubio@us.af.mil
(sharon.haywood.1@us.af.mil, ginger.rubio@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MGUE Handheld REQUEST FOR INFORMATION Global Positioning Systems Directorate (SMC/GP) Military Global Positioning User Equipment (MGUE) Handhelds Proposed Solicitation No. 15-061 •1. Opportunity/Procurement Type: Request for Information •2. Date: 30 March •3. Year: 2015 •4. Contracting Office zip code: 90245 •5. Classification Code: 59 •6. Contracting Office Address: 483 North Aviation Boulevard Building 271, 2nd Floor, El Segundo, California 90245-2808. •7. Subject: Request for Information for MGUE Handhelds •8. Proposed Solicitation Number: 15-061 •9. Closing Response Date: 16 May 2015 (30 days after posting) •10. Contact Point or Contracting Officer: Sharon Haywood •11. Contract Award and Solicitation Number: N/A •12. Contract Award Dollar Amount: N/A •13. Contract Line Item Number: N/A •14. Contract Award Date: N/A •15. Current Contractor: ROCKWELL COLLINS •16. Description: a) Background The Air Force's intent for this request for information (RFI) is to review the industrial base and determine whether capabilities currently exist to meet Department of Defense needs for modernized handheld GPS User Equipment. The GPS Handheld currently being procured and fielded in the DoD is the Rockwell Collins Defense Advanced GPS Receiver (DAGR). DAGR provides a moving map and is reliable in extreme environments connecting to C/A and P(Y) GPS codes with L1/L2 dual frequency tracking. With over 450,000 DAGRs fielded, it is designated for combat operations of multiple services as a primary and alternate GPS source. Additionally, the DAGR provides enhanced protection against jammers and was among one of the first hand-held GPS programs in the U.S. to include Selective Availability Anti-Spoofing Module (SAASM) security architecture technology. The Air Force Military GPS User Equipment (MGUE) Increment 1 (Inc 1) program is currently developing modernized form factors to support testing and integration of those form factors into a select number of lead platforms utilizing the new M-Code signals. A proposed MGUE Increment 2 program will continue and extend the development of receiver technology to include additional applications modernizing GPS handhelds. A draft version of requirements for these modernized GPS Handhelds is contained in the MGUE Handheld Technical Requirements Documents (TRD). The TRD was developed consistent with handheld requirements included in the MGUE Increment 2 Draft Capability Development Document (CDD), which was validated by the Air Force Requirements Oversight Council on 19 Mar 2015. This TRD should be used by interested companies as a guide to develop a statement of capability as described below. To accompany the basic documents, interested companies will be given access to a previous receiver TRD in the Sources Library for examples of requirements evolution. If this RFI identifies any companies capable of producing acceptable non-developmental items (NDI) that meet user needs, the Air Force plans to make an initial acquisition of 25 to 50 Handhelds in FY2017 and anticipates a minimum of 10 years of procurements to support US and Allied warfighters. If purchased, these Handhelds will be used for testing to demonstrate that the NDI meets the requirements contained in the TRD, and ultimately, operational needs. The desired per unit cost is $2,000 or less. An eventual lifetime buy of up to 55,000 to 75,000 MGUE Handhelds is anticipated for both domestic sales to DoD services and foreign military sales to US allies. b) Capabilities This RFI is intended to gauge industry's capability to deliver a modernized GPS Handheld as an NDI. NDIs are defined in FAR 2.101, as any previously developed item of supply used exclusively for governmental purposes by a Federal agency, a State or local government, or a foreign government with which the United States has a mutual defense cooperation agreement and any such item that requires only minor modification or modifications of a type customarily available in the commercial marketplace in order to meet the requirements of the procuring department or agency." to previously developed products, as required to meet the procuring department's requirements. Companies responding to this RFI should indicate in their Statement of Capabilities (SOC) the extent to which their product(s) meet the TRD. The SOC should also clearly state and provide details on what minor modifications may be necessary to produce a handheld device that is fully compliant with the TRD. Conversely, a contractor may have a product that meets the large majority of TRD requirements, but it cannot meet one or several of the requirements without making major modifications. If this is the case, the SOC should describe the available product and portion of the TRD that it meets or will meet with minor modifications, and also explain what portion of the TRD cannot be met without major modifications and provide details on what those major modifications would be. When classifying a modification as "minor" the SOC shall explain why that modification satisfies the definition of that term in FAR 15.403-1(c)(3)(iii)(B,C); the SOC shall classify any modification that does not satisfy that definition as "major". Modernized Handhelds will need to complete security certification by the GPS Directorate. The process for obtaining security certification is specified in GPU-PRD-711, contained in the Sources Library. In addition, these Handhelds shall obtain GPS Security approval and compatibility certifications from the GPS Directorate. Security and compatibility certification and security approval shall be requirements for Handhelds planned for procurement by the Air Force. These requirements can potentially be satisfied by offerors using two different approaches. First, a Handheld may use a GPS receiver previously certified and approved. Secondly, a Handheld may use a GPS receiver that has not received certification or approval, and then go through these certification and approval processes after contract award. These processes require extensive design details be provided to the Government for review and assessment. If a Handheld using the second approach does not obtain certifications due to design deficiencies or vulnerabilities, it will be rejected by the Government. The SOC should explain whether an offeror anticipates using the first or second approach, and provide any additional top-level information that is pertinent to security and compatibility requirements. This RFI is seeking responses from only prime contractor sources able to meet the requirements described above. Interested sources shall submit a Statement of Capabilities (SOC) to this request for information as detailed below. NAICS Code: 334220 (Size Standard - 750 employees) c) Statement of Capabilities All interested responsible sources (Prime Contractors only) capable of meeting the Government's requirements detailed in this notice must submit an unclassified Statement of Capabilities (SOC) to the technical and contracting points of contact (POCs) listed below by 1700 Pacific Standard Time (PST) on 16 May 2015. The statement must clearly demonstrate these required capabilities described in the attached TRD. Responses are limited to fifteen (15) 8.5" x 11" pages with 1" margins, and 12-point font (Arial or Times New Roman). Pages must be numbered and submitted electronically as Microsoft Word or Adobe Acrobat files. The information provided may or may not result in further action. The Government does not intend to award a contract on the basis of this information or otherwise pay for the information requested except as an allowable cost under an existing contract, if so identified and in accordance with FAR 31.205-18, Bid and Proposal Costs. The SOC will be evaluated solely for the purpose of determining the offeror's ability to meet the Government's needs described above. Consequently, the Government is primarily interested in responsible sources providing specific technical details indicating how that source can meet the Government's needs. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are highly encouraged. A responding firm should indicate if it is a small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university, or a minority institution. A determination of whether there are sufficient sources within industry to go forward with recommendations to conduct a restricted acquisition based upon responses to this notice is solely within the discretion of the Government. Submit Statement of Capabilities (SOC) electronically to the Contracting Officer, Sharon Haywood at sharon.haywood.1@us.af.mil or by mail to SMC/PK, Attn: Sharon Haywood, SMC/GPK, 483 N. Aviation Blvd., El Segundo, CA 90245-2808. The MGUE Increment 2 Handheld TRD and associated GPS interface documents, to include recently referenced above, are available from the Sources Library in LiveLink. For access information contact Lt Matthew Coates at matthew.coates@us.af.mil to obtain preliminary procedures and forms. This notice does not constitute a Request for Proposal. There has been no decision to develop an RFP for the effort in this request for information. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any costs associated with the submission of the SOC. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, Contracting Officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes. If resolution cannot be made by the Contracting Officer, the interested party may contact the ombudsman, Ms. Olalani Kamakau, SMC/PK, (310) 653-1185, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of information, verify due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Pursuant to FAR 52.215-3, potential respondents are notified of the following: (i) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (ii) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (iii) This solicitation is issued for the purpose of market research. Place of Contract Performance: TBA Set-aside Status: None Contracting Office Address: 483 North Aviation Blvd El Segundo, California 90245-2808 Place of Performance: United States Primary Point of Contact: Sharon Haywood Contracting Officer sharon.haywood.1@us.af.mil Phone: (310) 653-4971 Secondary Point of Contact: Ginger Rubio Contract Specialist ginger.rubio@us.af.mil Phone: (310) 653-3774
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/15-061/listing.html)
 
Place of Performance
Address: El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN03701524-W 20150418/150416234343-5a61a9efd1d3b66600a782f5a7ae18aa (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 |
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.