SPECIAL NOTICE
58 -- Synopsis for DAGR RSAM Psuedolite Software
- Notice Date
- 3/25/2016
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- DAGR-RSAM-Synopsis
- Archive Date
- 4/24/2016
- Point of Contact
- Matt Brown, Phone: 443-395-1065
- E-Mail Address
-
matthew.g.brown54.civ@mail.mil
(matthew.g.brown54.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005 on behalf of Program Manager (PM) Positioning, Navigation, and Timing (PNT), intends to solicit and award a Cost-Plus-Fixed-Fee (CPFF) and Cost - no fee type, Performance-based contract with a 24 month base, plus two twelve (12) month options to Rockwell Collins, Inc. (RCI) 400 Collins Road NE, Cedar Rapids, IA. The anticipated place of performance is Cedar Rapids, IA and Aberdeen Proving Ground, MD. The proposed contract action is for software development and technical support for the software modification of the Defense Advanced GPS Receiver (DAGR) to provide Pseudolite interoperability, resiliency and software assurance. The DAGR collects and processes GPS satellite signals to provide Position, Velocity, and Time information, as well as position reporting and navigation capabilities. The DAGR is primarily a hand held unit with a built-in antenna, but can be installed in a host platform (ground facilities, air, sea, and land vehicles). Pseudolites are terrestrial and airborne deployed systems that transmit a signal similar to the Global Positioning System (GPS) satellite signal. Pseudolite capable DAGR software is to be developed and tested in DAGR GPS receivers to evaluate the effectiveness of a currently fielded GPS device in conditions that require Assured PNT. The Army also requires Resiliency and Software Assurance Modification (RSAM) software updates to the DAGR to enhance the resiliency and functionality of GPS-dependent systems. The requirement includes software engineering to develop a RSAM to further improve legacy Selective Availability Anti-Spoofing Module (SAASM) DAGR products. Services include software studies, test planning and implementation, integrity checks, failure recovery analysis, software improvements, technical manual and training material updates as well as Technical Interchange Meetings. Market research has established that the Government's need cannot be met by a service customarily available in the marketplace, therefore, the Government does not intend to use Federal Acquisition Regulation (FAR) Part 12 for the acquisition. This purchase is intended as a single award, sole source contract in accordance with 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. RCI has developed and maintains access to a proprietary DAGR software Technical Data Package (TDP), to include software source code, executables, and other SAASM artifacts which are necessary to update DAGR software. RCI is the Original Equipment Manufacturer. No other manufacturer has developed, produced or repaired the DAGR due to a lack of and the necessary rights to a software TDP. To award this contract to any source other than RCI, the Government would need to acquire the intellectual property rights to the DAGR to provide another source with the ability to comply with the above identified requirements. It is not in the Government's best interest to obtain the intellectual property rights. The Government does not currently own, or intend to obtain unlimited technical data rights for DAGR software. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract lies solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement. No costs shall be paid by the U.S. Government for submission of capability statements, proposals, or quotations, and the items submitted shall not be returned. The solicitation will not be posted on the FedBizOpps; however, it will be made available upon request to the points of contact (POCs) when it is available. The closing date and time for this synopsis is 4:00 pm Eastern Daylight Time on 9 April 2016. For questions regarding this purchase, please email the POCs indicated in FedBizOpps. Responses to this notice must be submitted in writing via email only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2013873157ac9f683ebe40f63ed27f05)
- Record
- SN04062948-W 20160327/160325234312-2013873157ac9f683ebe40f63ed27f05 (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 |