SOURCES SOUGHT
59 -- Production-Ready Ground-Based Global Positioning System (GPS) Receiver Applications Module (GB-GRAM) Embeddable GPS Receiver card with Military code (M-code) capability referred to as the GB-GRAM-M
- Notice Date
- 8/10/2015
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-16-GB-GRAM
- Archive Date
- 9/24/2015
- Point of Contact
- Justin Doyle, Phone: (443) 395-1057
- E-Mail Address
-
justin.a.doyle2.civ@mail.mil
(justin.a.doyle2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) FOR: The Production and Sustainment of GB-GRAM-M Embeddable GPS Receiver card with M-code capability. The Government intends to replace the Selective Availability Anti-Spoof Module (SAASM)-based GB-GRAM with an M-code capable card referred to as the GB-GRAM-M. The requirement is for the Small Serial Interface (SSI) GB-GRAM in Type I (threshold) or Type II (objective) form factors, as described in the MGUE Ground Embedded Receiver Technical Requirements Document (TRD) CI-MGUE/GE-850E. The Government is also seeking information on the availability and approach to produce M-code GPS receiver cards suitable for applications where size, weight and power (SWaP) are constrained. THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT ANNOUNCEMENT (SSA) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND SHALL NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. AFTER REVIEWING THE DESCRIPTION OF REQUIREMENTS CURRENTLY POSTED TO FEDBIZOPS, INTERESTED CAPABLE CONTRACTORS ARE INVITED TO PROVIDE RESPONSES TO THE FOLLOWING QUESTIONS. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. Responses to this Source Sought are due by 1600 EST (APG, MD) 09 September 2015. Please submit all RFIs to Justin Doyle, EMAIL ADDRESS: justin.a.doyle2.civ@mail.mil. Subject line must read RFI W56KGY-16-GB-GRAM "Company Name." Your response will be treated only as information for the Government to consider. As previously stated, respondents will not be entitled to payment for direct or indirect costs that are incurred while responding to this RFI. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work/Performance Work Statements, and/or Statement of Objectives. Interested parties are responsible to adequately mark proprietary, restricted, or competition-sensitive information contained in their response. Direct Reporting Program Manager Positioning, Navigation, and Timing (DRPM PNT) provides an array of products and technologies to equip the Army and Joint forces with standalone, integrated, and network-distributed PNT solutions that promote decisive action in all Army and Joint Forces operations. DRPM PNT serves as the Army's PNT capability authority supporting terrestrial applications and is chartered as the primary Army PNT point of contact to the Air Force (AF) Space and Missile Systems Center (SMC), GPS Directorate, Los Angeles Air Force Base (AFB). PNT is a cross-cutting capability within the Army Common Operating Environment (COE). The GB-GRAM-M shall be a direct replacement for the current GB-GRAM card. The GB-GRAM-M shall meet the physical specification of the MGUE Ground Embedded Receiver Technical Requirements Document (TRD) CI-MGUE/GE-850E. The GB-GRAM-M shall transmit/receive messages in accordance with (IAW) IS-GPS-153D, as modified by MSID-001. The total GB-GRAM-M procurement quantity associated with this RFI is approximately 125,000 units through 2025 and is subject to change. This includes an additional 10% for forward repairs and 5% for depot spares. Interested vendors with products they believe address the requirements described in the technical description are requested to provide information regarding their product in response to this RFI. Responses will be evaluated to: 1. Determine the ability of the product to meet the requirements 2. Determine the availability of the product (Type I, Type II, and SWaP constrained) 3. Identify cost/schedule/performance tradeoffs 4. Establish an acquisition strategy to meet requirements The government's intent is to identify market interest in the production of Embeddable GPS Receiver cards with M-code in the SSI-GB-GRAM form factor, to include life-cycle support/sustainment i.e., software and hardware upgrades, warranties, repair/replacement programs, demilitarization, and customer-owned property storage (COPS). Interested vendors are requested to provide information that validates performance claims to provide fully compliant GB-GRAM-M cards IAW CI-MGUE/GE-850E and MSID-001 requirements. Accompanying supporting documentation will be used to substantiate the information provided. Documents may be obtained upon request to Justin Doyle, EMAIL ADDRESS: justin.a.doyle2.civ@mail.mil. Requested Information: Vendors are invited to respond to the described requirements below. Responses are limited to 20 pages and should include: 1) Description of past performance regarding manufacture of Precise Positioning Service (PPS)-capable GPS receivers/products. 2) Production Lead Time to manufacture GB-GRAM-M compliant with CI-MGUE/GE-850E (Type I and Type II) and MSID-001. 3) Production volume range capabilities in an annualized table. 4) Experience using the Security Tracking Authorization Request System (STARS) database. 5) Approach to provide depot hardware and software sustainment including diagnostics and repair capabilities to restore faulty GB-GRAM-M to operational status. 6) Approach to producing a SWaP constrained form factor. 7) Approach to providing warranties. 8) Experience with application of Army Item Unique Identification (IUID). 9) Approach to provide secure storage of spare GB-GRAM-M consumable parts for issue, as needed, if the Government authorizes vendor depot supply support. 10) Approach to provide software support services to include software maintenance and software upgrades via Software Engineering Change Proposals (SECPs), to include means of fielding and user installation of updated software. 11) Experience with providing logistics data such as Failure, Mode, Effects, and Criticality Analysis (FMECA) reports, Level of Repair Analysis (LORA) reports, Diminishing Manufacturing Sources and Material Shortages Management (DMSMS) Obsolescence Analysis reports, Demilitarization (DEMIL) Plans, and Provisioning Data. 12) Approach to providing technical services to aid in the integration of the GB-GRAM-M into various Army host platforms. 13) Projected availability for production representative sample(s). 14) Name, telephone number, fax number, street address and e-mail address for Program, Technical, and Cost POC information. Responses: Interested vendors who believe they are capable of providing the above mentioned items/services and that meet SECRET clearance and Communications Security (COMSEC) requirements IAW GPU-09-071 are invited to indicate their interest by providing: 1. Company Information to include: a. Company name b. Company address c. Overnight delivery address (if different from mailing address) d. Commercial and Government Entity (CAGE) Code e. Point of contact f. E-mail address g. Telephone number h. Fax number i. Classified Mailing Address: i. Security Office Information ii. Name/Title iii. Email iv. Phone 2. Please identify your company's business size standard based upon the primary North American Industrial Classification System (NAICS) code of 334220 - GPS equipment manufacturing. The Small Business Size Standard for this NAICS code is 750 employees or fewer. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. • Large Business Concern • Small Business (SB) Concern • 8(a) • Small Disadvantaged Business (SDB) • Woman-Owned Small Business • Historically Underutilized Business Zone (HUBZone) • Veteran-Owned Small Business • Service-Disabled Veteran-Owned Small Business 3. Responses shall not be above the level of UNCLASSIFIED. 4. All assumptions, including any assumed Government support, shall be clearly identified. 5. Submit an affirmation of cleared personnel. 6. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions. Submitted material will not be returned. 7. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 - Request for Information or Solicitation for Planning Purposes. 8. Contracting Office Address: Army Contracting Command Aberdeen Proving Ground (ACC-APG) 6001 Combat Drive, C3-3311 Aberdeen Proving Ground, MD 21005-1846
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2ac60b6989e866adb614cab9f9ffe547)
- Record
- SN03832103-W 20150812/150811000403-2ac60b6989e866adb614cab9f9ffe547 (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 |