MODIFICATION
A -- Engineering and Integration Support for Joint Precision and Landing Systems (JPALS), Navy Unmanned Combat Aerial System (NUCAS), Warfighter Networking (WFN) and Automated Aerial Refueling (AAR) - Draft PBWS
- Notice Date
- 3/9/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-10-R-1063
- Archive Date
- 9/15/2010
- Point of Contact
- Shayne P. Kenny, Phone: 301-757-5939, Ronald A Hickman, Phone: (301) 757-5928
- E-Mail Address
-
shayne.kenny@navy.mil, ronald.a.hickman@navy.mil
(shayne.kenny@navy.mil, ronald.a.hickman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Base Access Form Draft PBWS The Naval Air Warfare Center Aircraft Division Contracts Department (AIR 2.5.1.2), Patuxent River, MD announces its intent to conduct a site visit at the Patuxent River Naval Air Station, Webster Field Annex. This site visit is being held to provide information regarding a government requirement to procure support services for the Joint Precision Approach and Landing Systems (JPALS) System Development and Demonstration phase (SD&D), Navy Unmanned Combat Aerial Systems (NUCAS), Unmanned Carrier-Launched Airborne Surveillance and Strike (UCLASS), Broad Area Maritime Surveillance (BAMS), War Fighter Networking (WFN), Unmanned Aircraft System (UAS)/Ground Based Sense and Avoid (GBSAA) and Automated Aerial Refueling (AAR). This requirement will include research and development in the performance of prototype development and testing. A sources sought was conducted in August of 2010 and as a result, the Procuring Contracting Officer determined that this requirement would be competed on a full and open basis. A 20% small business subcontracting requirement will be placed on all large business submitting proposals. The Government intends to release a formal solicitation in May of 2011. PROGRAM BACKGROUND The Air Traffic Control (ATC) Systems Division, Naval Air Warfare Center, Aircraft Department (NAWCAD) Patuxent River Code 4.5.8, located at St. Inigoes, MD is the In-Service Engineering Agent (ISEA) and Software Support Activity (SSA) for Air Traffic Control and Landing Systems (ATC&LS). The ATC Division provides systems engineering support to developmental programs such as the Joint Precision Approach and Landing System (JPALS), Navy Unmanned Combat Air System (N-UCAS) and Unmanned Carrier-Launched Airborne Surveillance (UCLASS) programs. The JPALS program is developing the next generation air traffic control and landing system for Navy air-capable ships as well as providing the Precision Global Positioning System (PGPS) solution for N-UCAS/UCLASS auto-land functions. Satisfactory performance of the system will depend on both aircraft and shipboard algorithms that can adequately integrate Global Positioning System (GPS) and inertial sensor outputs through a robust data link. NAWCAD 4.5.8 is tasked to prototype, test, integrate and evaluate JPALS equipment, into aircraft and ship platforms. During the Technology Development (TD) phase, JPALS prototyping will be conducted. This will require the installation and integration of JPALS components into test aircraft, JPALS Mobile Test Vehicle (JMTV), and into two test facilities (the Satellite Navigation (SATNAV) Facility and Technical Evaluation Center (SAFTEC), and the Landing Systems Test Facility (LSTF) JPALS extension, B2110) that were developed during the on-going TD phase. Support of this testing requires the management and operation of the test facility at NAS Patuxent River, MD, and the mobile test facility for the JPALS program. The N-UCAS/UCLASS program is a Navy effort to demonstrate the technical feasibility, military utility and operational value for a networked system of high performance, weaponized Unmanned Air Vehicles (UAVs) to effectively and affordably prosecute combat missions. The Northrop Grumman X-47 platform is the current candidate UAV system being evaluated for the N-UCAS effort, the UCLASS air vehicle is currently TBD.. Key parts of the integration of these unmanned air vehicles into the military force structure is an auto-land capability, incorporation within military air traffic control, Automated Aerial Refueling (AAR), and Warfighter Networking (WFN) development. Program activities will include efforts to simulate system performance, evaluate sensor units in operational environments, prototype ATC interfaces, and provide operator feedback geared toward anticipated landing on a carrier suitable platform. NAWCAD 4.5.8 is tasked to prototype and integrate the auto-land function, ATC interface, and AAR into aircraft and ship platforms as appropriate and conduct testing. This will require the installation of these components into civil and military aircraft, Navy Aircraft Carrier (CVN) and Amphibious Assault (LH) platforms, the LSTF JPALS extension, the N-UCAS Aviation/Ship Integration Facility (NASIF), and the N-UCAS Mobile Test Platform (UMTP). Support of this testing will require the use of multiple mobile test vehicles requiring prototyping and integration efforts, and the set up and operation of the required test facilities. This requirement is a follow-on procurement to contract N00178-04-D-4143-M803 currently being performed by L-3 Services. The existing contract is Cost Plus Fixed Fee Seaport-e Task Order. This task order is due to expire 8 December 2011. Award of this requirement will result in a Multiple Award Contract (MAC). The number of contracts awarded as a result of this solicitation depends on the number of awardable proposals received. Subsequent task orders to complete tasking within the Performance Based Work Statement (PBWS) will be competed among the MAC awardees. REQUIRED CAPABILITIES The contractor shall provide technical products and engineering services in the above mentioned areas in support of the areas specified in Program Background (above). Further detail is provided in the updated draft PBWS dated 3-9-2011, attached to this announcement. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 with a Small Business Size threshold of $27.0 Million. Businesses of all sizes are encouraged to respond. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT) NAWCAD, ATC&LS, intends to hold a site visit onboard the Patuxent River Naval Air Base, Webster Field Annex in St. Inigoes, MD, on 31 March 2011. The site visit will start at 1 PM Eastern Standard Time (EST). This scheduled site visit will enable potential Offerors to further understand the history behind the JPALS, NUCAS, and UCLASS equipment. Attendance at the site visit is not a requirement and in no way affects any company from submitting a proposal in response to any forthcoming solicitation. To register for this site visit, send an email to Shayne Kenny, at shayne.kenny@navy.mil, by noon EST on 23 March 2011. The email must provide the business name, address, attendee name(s), a point of contact phone number and email address, and a completed Contract Base Access Request Form if base access is required. The subject line of the email should read "4.5.8 MAC Site Visit". Specifics, including directions, agenda, question forms, and ground rules will be added in a future announcement. No phone calls will be accepted. Due to space limitations, no more than two (2) representatives from each potential Offeror will be permitted to attend the site visit. All attendees must be U.S. Citizens. This site visit WILL NOT be rescheduled in the case that it is cancelled due to weather or any other Acts of God. The site visit does not constitute a formal solicitation for proposals or proposal abstracts. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not provide reimbursement for costs incurred to participate in this site visit. All updates will be posted via the FEDBIZOPPS and/orNECO websites only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-R-1063/listing.html)
- Place of Performance
- Address: 17598 Webster Field Rd., St. Inigoes, Maryland, 20684, United States
- Zip Code: 20684
- Zip Code: 20684
- Record
- SN02396696-W 20110311/110309234354-5b65e83ac8b53782b921fa9fa9eb9f33 (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 |