Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
SOURCES SOUGHT

59 -- VLF Upgrade

Notice Date
2/22/2018
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
N00019-19-RFPREQ-PMA-271-0017
 
Archive Date
3/24/2018
 
Point of Contact
Andrea Long, Phone: 3017575298, James M. Smith, Phone: 301-757-5244
 
E-Mail Address
andrea.long@navy.mil, James.M.Smth@navy.mil
(andrea.long@navy.mil, James.M.Smth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0: U.S. Navy Activity The Naval Air Systems Command (NAVAIR), Program Executive Officer, Air, Anti-Submarine Warfare and Special Weapons (PEO-A), Airborne Strategic Command, Control and communications Program Office (PMA-271) is seeking sources capable of providing for the upgrade and modification of the E-6B Very Low Frequency (VLF) system. 2.0: LEGAL NOTICE THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCE SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0: Background The current VLF system was integrated into the E-6 platform in 1992 by Rockwell Collins. They have been the sole provider of technical support for this system since its inception. They own and maintain the only test facility (including the trailing wire antenna system) and unique software expertise which allows for full testing of the system. 4.0: Eligibility The applicable North American Industry Classification System (NAICS) code is 336411 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 5999. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. 5.0: Requested Information 5.1 Respondent Description 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort to include any existing licensing agreements with OEM which may allow access to technical data required to fulfill the requirements. 2. CAGE code, Data Universal Numbering System (D-U-N-S Number), and mailing address. 3. Business size: Companies responding to this request should indicate whether they are a large or small business, small disadvantaged business, woman-owned business, HUBZONE small business and/or service disabled veteran-owned small business. Please inform us if your company intends to perform the work as the prime contractor or if you desire to subcontract with a prime contractor. Ensure your response contains your company's name, street address, point of contact with phone number and email address, company web page URL. 5.2 Information Sought NAVAIR expects to receive from each respondent an UNCLASSIFIED Full Response with their capability/concept summary, which contains a description of technical data defining the proposed VLF upgrade concept. The concept summary shall be written from a system solution perspective showing how the concept and development methodology could satisfy the following requirements and submitted to the Government no later than 09 March 2018. Additionally, information supplied must include direct information and/or strategies to accomplish the following: • i. Reuse, modification, and qualification of latest proven hardware and software, including signal and message processing techniques, waveform, and COMSEC/TRANSEC (transmission security) for airborne E-6B applications. It should be noted that the Government cannot guarantee and, as such, does not desire system concepts that incorporate Government Furnished Equipment (GFE) for the primary elements of the VLF capability. For system concepts that incorporate modified and/or reused designs/elements, a self-assessment of the previously used element/design's Technical Readiness Level (TRL) in accordance with DoD Technology Readiness Assessment (TRA) Guidance, April 2011, is desired. Although not desired, if a system concept incorporates new or novel technology or components, identification of high-level Critical Technology Elements (CTE) and defined in DoD Technology Readiness Assessment (TRA) Guidance, April 201, shall be identified. • ii. All VLF system hardware must operate in a severely constrained size, weight, power, and cooling (SWaPC) environment such that it can be installed, operated, and maintained within the envelope of the platform's environmental limitations. • iii. Have sufficient flexibility and unused capacity to support the addition of evolving and new communications capabilities and technologies. Because of this key requirement of the VLF capability, any potential team of responders shall be led by the transmit/receive provider. • iv. Respondents must provide written confirmation of U.S. Top Secret, U.S. Secret, and Communications Security (COMSEC) clearance. Please include Commercial And Government Entity (CAGE) code. • v. All VLF system hardware and software shall meet DFARS 252.225-7000, Buy American Act. Respondents shall submit a Capabilities Package in response to this Sources Sought that demonstrates detailed knowledge and experience in the following areas: VLF Systems Engineering, Development, Test and Fielding • i. Knowledge of, and experience with, VLF communication systems and networks for U.S. military applications operating in airborne platforms that are size, weight, and power constrained. • ii. Experience applicable to the engineering, modification, and qualification of VLF receive systems, or like systems that maximize hardware and software commonality and enables future technology refresh/ enhancements. • iii. Experience with engineering and integration using Government Furnished Information (GFI) such as design information, software, and requirements specifications. • iv. Demonstrated software development capabilities to enable engineering development, integration, and test of complex embedded real-time systems. • v. Experience with hardware and software reuse and integration and associated lessons learned. • vi. Experience with embedding of Type 1 cryptographic devices, to include current or recent (within the last 2 years), partnership arrangements with the National Security Agency (NSA) during program performance. Because of this key requirement of the VLF capability, any potential team of responders shall be led by the Transmit/receive provider. • vii. Experience with the engineering, development, and test of equipment designated for airborne environments. • viii. Experience with engineering, development, and test of equipment requiring nuclear hardening, Electro-Magnetic Pulse (EMP), and TEMPEST (emanations security). Program / Project Management • i. Demonstrated ability to provide necessary program management, planning, schedule, and execution information with timely insight to the Government; include examples of tools and techniques used by project management. • ii. A demonstrated capability to handle and safeguard classified material and information. • iii. Demonstrated and documented past performance of complex development and modification programs, including examples of current and/or recent efforts identifying cost and schedule performance. • iv. Demonstrated capability to deliver complex systems within the schedule provided by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-19-RFPREQ-PMA-271-0017/listing.html)
 
Record
SN04831105-W 20180224/180222231447-0b6d72584b3d8012063fe18d8140177f (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.