SOURCES SOUGHT
58 -- IFMC Passive Identification Friend or Foe 2025-2029 Production and Services
- Notice Date
- 9/25/2024 9:24:35 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- PANRSA-24-P-0000015757
- Response Due
- 10/25/2024 1:00:00 PM
- Archive Date
- 11/09/2024
- Point of Contact
- Victorita Bailey, Jessica Marona
- E-Mail Address
-
victorita.bailey.civ@army.mil, jessica.h.marona.civ@army.mil
(victorita.bailey.civ@army.mil, jessica.h.marona.civ@army.mil)
- Description
- INTRODUCTION The United States (U.S.) Government, Army Contracting Command � Redstone Arsenal, Huntsville, AL 35898 is issuing this sources sought synopsis/Request for Information as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide hardware solutions that support Air Missile Defense Planning and Control Systems (AMDPCS) and Integrated Battle Command System (IBCS) requirements for Passive Identification Friend or Foe (PIFF) systems. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SS/RFI DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The PIFF system will be capable of providing air track data on a Local Area Network (LAN) via Transmission Control Protocol (TCP) or User Datagram Protocol (UDP) into the fire control weapon systems for both AMDPCS and IBCS. These capabilities support the air picture and situational awareness for Commanders and Staff thereby enhancing survivability and reducing the risk of fratricide. REQUIRED CAPABILTIES The U.S. Government requires approximately 486 PIFF units (see breakout by fiscal year (FY)) with capability to operate and function within the bounds of both the AMDPCS and IBCS architecture. The intent of this SS/RFI is to assess the state-of-the art of the technology available in PIFF systems that could be applied to meet this requirement. For planning purposes, required production capacity of PIFF units is no less than 10 per month with delivery of the first order of 64 units no later than 18 months after contract award. �PIFF Delivery Description (Procurement)� � � FY 26� � FY 27� � �FY 28� � FY 29� � FY 30� � �FY 31� � � �FY 32� � FY 33� TOTAL Annual Requirement� � � � � � � � � � � 64� � � �222� � � � �112� � � � �27� � � � � �15� � � � � 17� � � � � � 14� � � � �15� � �486* * Does not include Foreign Military Sales (FMS) and Spares. The U.S. Government envisions a solution for PIFF that meets the following operational and program requirements:� Non-Developmental Item. The PIFF system should be a non-developmental item to the maximum extent possible. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Incorporate a Multi-Channel Receiver (MCR) capable of receiving ASTERIX formats for ADS-B/M5L2(B) Report Message with Expansion Fields CAT0021; UAT ADS-B Report Message CAT033; Crypto Status Message and Status Message CAT061 as per Eurocontrol-Spec-0149-12 v2.4 and Eurocontrol-Spec-0149-12-A v1 via TCIP network interfacing, Multi-sector or omni directional antenna, removable Crypto Applique (KIV-77), data recording capability, Global Positioning System (GPS) Antenna and cable and an internal power supply that supports 28V DC input power.� Be capable of accepting a M-Code and/or Ground Based GPS Receiver Applications Module (GB-GRAM) receiver which provides time and position data. The system must have provisions to accept external Network Time Protocol (NTP) data when available from the host platform and accept position data by manual input or from ASTERIX CAT061 from host network. Be able to communicate and configure device via IBCS/AMDPCS fire control weapon systems via respected internal network systems. Have separate cable sets that are able to integrate into the IBCS and AMDPCS systems. The U.S. Government shall have at least Government Purpose Rights to cable drawings; Interface Control Document (ICD); and Interface Definition Document (IDD) once completed. Have configuration control consistent with AIMS certified units. Meet required capabilities defined by DoD AIMS 17-1000 and 03-lO00C. Be able to receive and process transponder reports centered at 1090 MHz for Mark XIIA and Mode 5 (Level 2 and 2B) in addition to 1090 MHz Mode Select extended squitter ADS-B 'Out' and 978 MHz UAT squitter. Demonstrate track completeness (the ratio of PIFF tracked objects to all reporting platforms at a specified time), track correctness (the ratio of correctly processed tracks to all reporting platforms at a specified time), and track continuity (variability of platform identification characteristics of each track). Track error statistics out to an instrumented range of 250 nautical miles. Be unclassified after shutdown.� Be cyber compliant: Implemented Risk Management Framework (RMF). Identify if any cyber assessments were completed. Support IPv4 and/or IPv6 network addressing. Be exportable for FMS. Support Bit Byte diagnostics. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret as applicable. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a Small Business and Small Disadvantaged Business concerns incorporated. The Product Service Code (PSC) is 5825. SUBMISSION DETAILS Responses will consist of an unclassified white paper on 8.5 x 11 inch paper with fonts no smaller than 10 point, one inch margins, in a Microsoft Word or Adobe file format.� Each page of the submission shall contain a document identifier in the document header.� Respondents should ensure to label any information contained in the white paper considered to be proprietary.� At a minimum, the white paper shall provide a description of the technical approach and a statement on how the technical capabilities meet these key attributes: Technical Overview: Describe how the system accomplishes PIFF systems requirements as defined above. Integration: Describe the ability of the system to integrate with AMDPCS and IBCS architecture. AMDPCS and IBCS Producibility Data and/or Technical Data Package are available upon request and verification of credentials. Affordability: Provide estimated system costs for budgeting purposes. The baseline for requested solutions is the ability to meet the minimum requirements as expressed above. Testing: Identify and summarize all previous testing completed at either the component level or at the system of system level by either U.S. Government agencies or other test agencies. Architecture: Describe conformance with the U.S. Government open systems architecture initiative such as Modular Open Systems Approach (MOSA). Under the MOSA umbrella comes a myriad of other open standards that align with the MOSA strategy. Respondents should submit a white paper addressing the technical approach to the anticipated effort and past experience producing similar system(s). The response should include depth and breadth of analysis and data to substantiate performance of the proposed system that meets the specifications above. The white paper will contain no more than 20 total pages including tables, charts, and figures. The white paper should include business size, CAGE code, affirmation of cleared personnel and facilities and a technical POC, phone number and email. Respondents may submit questions to the Contracting Officer by email to victorita.bailey.civ@army.mil and courtesy copying the Contract Specialist, jessica.h.marona.civ@army.mil by 8 Oct 2024.� All white papers must be received by the Government Contracting Officer and Contract Specialist electronically through email at victorita.bailey.civ@army.mil and jessica.h.marona.civ@army.mil NLT 1600 hours EST on 25 Oct 2024. Reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Website address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f36fead49b748288f54eb0079755b5c/view)
- Place of Performance
- Address: Redstone Arsenal, AL, USA
- Country: USA
- Country: USA
- Record
- SN07225095-F 20240927/240925230123 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |