DOCUMENT
58 -- LOW BAND ALTERNATIVES ANALYSIS - Attachment
- Notice Date
- 5/24/2012
- Notice Type
- Attachment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016412RWS64
- Response Due
- 6/22/2012
- Archive Date
- 8/6/2012
- Point of Contact
- Mr. Tom Dalheim, 812-854-4886
- Small Business Set-Aside
- N/A
- Description
- This request for information/sources sought is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. MARKET SURVEY - REQUEST FOR INFORMATION: The Government is issuing this request for information (RFI) announcement on behalf of the Office of the Chief of Naval Operations ™ Director for Electronic and Cyber Warfare (N2/N6F3) as part of a market survey to obtain technical and program related information useful for the conduct of a Low Band Alternatives Analysis (LBAA). This analysis effort is intended to examine Low Band Pod alternatives that encompass a range of Airborne Electronic Attack performance, cost and schedule. Details regarding the content of information sought are cited below. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with or engaging in discussions with the Government. RFI Response Content: For each of the Low Band Alternatives identified, the Navy requests information, including questions, comments and suggested changes, regarding the areas provided below. Responses need not address all of the Alternatives or all of the content areas identified below. Reponses may be limited to a specific technology or capability relevant to a sub-system attributable to one or more of the Alternatives. a.Performance Requirements & Alternatives: The Navy has drafted preliminary requirements for a Low Band Pod system, which establish threshold and objective levels of performance. The Navy has also established three Low Band Pod Alternatives intended to represent the range of capability from threshold to objective levels of performance. The primary performance priorities for the Low Band Pod system are to achieve threshold levels of frequency coverage, Effective Isotropically Radiated Power, and the number and types of jamming assignments, all while maintaining threshold levels of spectral purity. The secondary performance priorities are to optimize spatial coverage, minimize the number of unique antenna configurations, and improve Radio Frequency (RF) interoperability with other systems. High gain and efficiency over bandwidth of Antenna/Radome and Amplifier sub-systems are crucial to achieving performance within the imposed constraints [e.g. size, weight and power (SWaP), available cooling, tactical pod integration]. In order to allocate as much SWaP as possible to Amplifier and Antenna sub-systems, the Exciter sub-system must consume the minimum possible SWaP, while providing robust, reprogrammable assignment/technique generation capabilities. The Navy seeks feedback from RFI respondents regarding the feasibility of achieving performance requirements through the implementation of one of the three Alternatives. Additionally, the Navy seeks recommendations for changes to preliminary performance requirements, alternative sub-system concepts, or sub-system SWaP changes/reallocations. b.Sub-system Concepts & Options: Provide technical concepts for Amplifier, Antenna/Radome, and Exciter sub-systems viewed as capable of providing levels of performance needed to achieve pod system performance requirements within imposed constraints. Identify estimated levels of performance and SWaP consumption for each sub-system. Where it is felt that SWaP allocations for Alternatives, prevent or make exceedingly difficult the attainment of performance requirements, identify estimates for needed increases or reallocations of sub-system SWaP. Unless viewed as required to attain performance, Amplifier and Exciter sub-system concepts should be based on mature (TRL ‰¥ 6) technologies. Provide supporting justification for performance and technology maturity, including design approaches, materials, technologies, prior or on-going development of similar sub-systems, and past experience. c.Technology Maturation (TM) Candidates & Recommended TM Plans: Identify sub-systems or components viewed as requiring TM to achieve levels of estimated performance within the SWaP, cooling and integration constraints. Describe the technologies required to bring about the component or sub-system. Estimate the current Technology Readiness Level (TRL) for the technologies and recommend TM efforts. Included an estimate of required schedule and cost required to achieve TRL 6. d.Legacy sub-system modification & re-use: Identify if sub-system technical concepts would re-use or modify existing ALQ-99 Low Band sub-systems or components. If modification of existing sub-systems is proposed, provide a high-level description of the envisioned modifications. e.Schedule estimates: Provide high level (years) schedule estimates of the duration and time-phasing of the major efforts required for TM, Engineering & Manufacturing Development, and Production and Deployment for the technical concepts envisioned for sub-systems f.Rough Order of Magnitude (ROM) cost estimates: Provide ROM cost estimates to mature, develop and produce the sub-systems identified for the Low Band Pod Alternatives. Estimates should provide a time-phasing of annual funding required, totals for development and production costs. It must be noted that there are no page limits governing the RFI responses to be submitted to the Government. However, the Government desires submitted responses to be formatted in a manner that organizes information to follow paragraphs a) through f) immediately above and be submitted with a table of contents. The information should be submitted with a cover letter, on letterhead, that identifies 1) The name, address, duns number, cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc) of the source; and 2) A primary and secondary POC (including name, phone number, fax number, and email address). Use of Microsoft Office (PowerPoint, Excel, Word, Project) and Adobe products is required. The Government requests one paper copy and one electronic copy (on Compact Disc) of all submitted information. Each response must identify the RFI reference number, N00164-12-R-WS64, when responding to this notice. All responses provided must be classified no higher than SECRET. The mailing addresses, unclassified and classified, for the RFI response are detailed at the end of this announcement.. Proprietary, Limited Distribution, and Classified Information Markings: It is incumbent upon sources providing responses to this RFI to identify all data contained within that is proprietary, has limited distribution requirements, and/or contains classified information. Classified information that is a part of the RFI response must be provided in accordance with the Security Classification Guide, be appropriately marked (including portion marking), and comply with all the rest of the requirements of the DD 254 “ Contract Security Classification Specification. Interested sources are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this RFI. By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary/classified information) to employees of those organizations listed below. Employees of these organizations that participate in the LBAA are required to sign and submit Non-Disclosure Agreements: Johns Hopkins University Applied Physics Laboratory (APL), Laurel MD Dynamics Analytics and Test (DA&T), Arlington VA L-3 Services Inc. of Lexington Park MD DPM Consulting, Gainsville VA Beyond the above commercial firms, the Government will not release any marked Proprietary information, received in response to this RFI, to any firm, agency, or individual outside the Government. Government Furnished Information (GFI): Available GFI, to assist interested sources in the development of RFI responses, is identified below. Title Date Low Band Pod System Requirements Document15 May 2012 Document (Preliminary) (SECRET) Low Band Alternatives Descriptions (Preliminary)18 May 2012 (UNCLASSIFIED) In order to receive GFI, interested sources must submit a request via email to the RFI TPOC identified at the end of this announcement. Sources requesting classified GFI will be required to: 1) Submit CAGE codes for security verification and authorization purposes through the RFI Technical Point of Contact (TPOC); 2) Provide a classified mailing address for their facility and their Facility Security Officer ™s name, phone number and email address; and 3) Possess Defense Security Service approvals for personnel and facility handling and processing of classified information up to and including the SECRET classification level. Information Day Meeting: An Information Day to assist interested sources in the development of RFI responses will be held on Wednesday, June 6th 2012 at the Johns Hopkins University Applied Physics Laboratory (JHU/APL), Laurel Maryland Main Campus, 11100 John Hopkins Road, Laurel, MD 20723. Enter through Lobby 7. The meeting will begin at 9:00 am (Eastern Daylight Savings Time) and complete no later than 2:00pm. The Information Day will be conducted at the SECRET classification level. In order to attend, personnel must possess and provide verification of the appropriate security clearance. Due to space constraints, vendors are limited to 3 individuals per team. The Administrative Point of Contact (POC) for this meeting is Ms. Susan Shipley, telephone: 240-228-5562, email: susan.shipley@jhuapl.edu. Pass security clearances electronically using JPAS SMO Code 888984, and send an email to Susan Shipley with attendee roster information (names, organization name & address, email addresses and phone numbers). For clearances, identify the technical POC at JHU/APL as œMr. Brian Geesaman, 240-228-5706 and the purpose of visit as œLow Band Information Day . In order to be useful to the LBAA team, responses to the RFI are required to be received no later than 4:00pm Eastern Daylight time on the response date provided above. Receipt of RFI inputs will be acknowledged. RFI responses will not be returned. The mailing addresses, unclassified and classified, for the RFI response recipient are provided at the end of this announcement. Following the date of formal response submission, the LBAA team may submit questions to RFI respondents and conduct follow-up discussions in order to seek clarification of submitted information or gain additional input. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking. RFI Technical POC (TPOC): Name: Mr. Tom Dalheim Title: LBAA Lead Phone: 812-854-4886 Email: thomas.dalheim@navy.mil RFI Response Mailing Addresses UNCLASSIFIED Responses Commander NAVSURFWARCENDIV Airborne Electronic Attack Division Code WXS, Building 3330C 300 Highway 361 Crane, IN 47522-5000 Attention: Mr. T. Dalheim CLASSIFIED Responses Outer Envelope: Commander NAVSURFWARCENDIV Attention: Security Manager 300 Highway 361 Crane, IN 47522-5001 Inner Envelope Commander NAVSURFWARCENDIV Airborne Electronic Attack Division Code WXS, Building 3330C 300 Highway 361 Crane, IN 47522-5001 Attention: Mr. T. Dalheim
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RWS64/listing.html)
- Document(s)
- Attachment
- File Name: N0016412RWS64_12RWS64_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RWS64_12RWS64_syn.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016412RWS64_12RWS64_syn.docx
- File Name: N0016412RWS64_Corrected__Signed_12RWS64_DD254.pdf (https://www.neco.navy.mil/synopsis_file/N0016412RWS64_Corrected__Signed_12RWS64_DD254.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0016412RWS64_Corrected__Signed_12RWS64_DD254.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016412RWS64_12RWS64_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RWS64_12RWS64_syn.docx)
- Record
- SN02757836-W 20120526/120525000157-5d4a88f6374ad5d3016a093939849aac (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 |