SPECIAL NOTICE
A -- Next Generation Jammer Increment 2 Request for Information and Industry Day
- Notice Date
- 7/7/2016
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- NGJINC2RFI_INDUSTRYDAY07072016
- Archive Date
- 9/23/2016
- Point of Contact
- Kara N Briscoe, Phone: (301) 757-7086, Kyle W Richmond, Phone: 301-757-5273
- E-Mail Address
-
kara.briscoe@navy.mil, kyle.richmond@navy.mil
(kara.briscoe@navy.mil, kyle.richmond@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY - REQUEST FOR INFORMATION: The Naval Air Systems Command is issuing this Request For Information (RFI) as part of a market survey to obtain technical and program related information useful to support Next Generation Jammer Increment 2 (NGJ Inc 2) materiel solution analyses, acquisition strategy refinement, and integration onto the EA-18G. The Government seeks information on concepts for the NGJ Inc. 2 system and subsystems and the maturity of those technologies. The information will support initial planning and cost estimation for the program and for potential technology demonstrations of the Transmitter Group (TG), herein defined as a combination of the amplifiers and antenna/array that will focus on technologies and design approaches. Specific information sought is cited below. An Industry Day will be held 19 - 21 July 2016 in Lexington Park, Maryland, to discuss and provide clarification on the RFI and program requirements. Additional details regarding the Industry Day are provided later in this notice. Government Furnished Information (GFI): A Technical Library (TL) containing information useful to potential participants in the NGJ Inc. 2 program is available to all Contractors that have a valid classified facility clearance. Please refer to Federal Business Opportunities (FBO) NGJInc2SN020516, dated 5 February 2016 and 24 May 2016. Those parties who have already requested access to the Technical Library will be receiving unclassified and classified CDs containing all available documents to include those referenced in this RFI. RFI Response Content: The Government requests information from industry to address the requirements for the NGJ Inc. 2 program regarding aircraft platform-level architectures, pod concepts, subsystem concepts, and TG subsystem architectures and associated concepts. Specific information sought is identified in subparagraphs (a) through (h) below. RFI responses need not address all of the content areas identified and may be limited to a specific technology or capability relevant to any Inc. 2 subsystem. The Government has drafted preliminary requirements documented in the NGJ system "Goals" document, included as part of the TL. These preliminary, draft requirements establish threshold and objective levels of performance for the NGJ Inc. 2 pod system. All requirements or constraints identified in subparagraphs (a) through (h) can be found in the "Goals Document". a. Performance requirements and alternatives: The priority threshold requirements for the NGJ Inc. 2 pod system are frequency coverage, Effective Isotropic Radiated Power (EIRP), polarization, spatial coverage, and the number and types of jamming assignments. These must be achieved while maintaining the performance of the EA 18G and its mission systems. System should also minimize the number of unique antenna configurations and EA 18G integration changes over those implemented for NGJ Inc. 1. The Government requests information addressing trades and concerns in efficiently providing high gain over the entire frequency range by the TG, while achieving the performance within the constraints of Station 6 on the EA 18G (e.g. Size, Weight, Power, and Cooling (SWaP C), integration, in-situ platform RF propagation) identified in the NGJ Inc. 2 Goals document. In addition to the above, the Government seeks information on performance trades that may allow delivery of improved capabilities in a compressed timeline or with a reduced cost. Strategies that deliver improved capabilities and/or reduce the number of configurations (if applicable) incrementally are also of interest. b. Installed performance: Due to the aeromechanical and electromagnetic integration complexities, installed performance on the EA-18G is a significant concern. The Government anticipates a majority of the Inc. 2 hardware will be contained within a pod installed on the centerline station (Station 6) of the EA 18G. The pod must generate a bulk of the electrical prime power required to conduct its missions. The pod will also need to dissipate waste heat without assistance from the aircraft. Aeromechanical design should consider both the pod and SUU-78 pylon measurements in order to meet drag constraints. Drag values must be equal to or less than the ALQ-99 Low Band Pod with a GELBR radome installed. The weight of the pod is also limited due to EA 18G maximum carrier-landing weight and minimum fuel load. The total Inc. 2 system weight (i.e. the pod and any aircraft mounted components) cannot exceed the weight of the current ALQ-99 Low Band Pod. Lastly, the underside of the EA-18G behaves as an electromagnetic ground plane for the RF energy produced by the TG. Any design, modeling and RF performance assessments of the TGs must consider the constructive and destructive interference as a result of the aforementioned aircraft ground plane effect, encountered when installed on Station 6 of the EA 18G, to meet performance requirements. c. System and sub-system concepts and options: Describe potential technical concepts and design trades for an NGJ Inc. 2 system, including the Inc. 2 pod and pod subsystems. While integration and installed performance on the EA-18G establishes the constraints for the Inc. 2 system, there are a number of architectural and functional design trades that could be developed for NGJ Inc. 2. A few examples of potential trades at the platform level include: a functional allocation within the existing AEA suite (e.g. ALQ 218 Tactical Jamming Receiver, ALQ 227 Communications Countermeasures Set (CCS), and the Electronic Attack Unit (EAU)) and the NGJ Inc. 2 system; variations in the distribution of new equipment within the NGJ Inc. 2 pod and the aircraft; and an allocation of tasks between Inc. 1 and Inc. 2 systems. At the pod system level, examples of trades include pod concepts ranging from those that preserve the existing ALQ-99 Low Band Pod Outer Mold Line (OML) to a new, currently uncleared OML that maximizes subsystem volume while avoiding EA 18G installed performance impacts. Examples of trades within the pod itself include TG subsystem architectures ranging from corporate-combined amplifiers driving single or low feed number antennas to on grid and off grid active electronically scanned arrays (AESA). d. Subsystem technology maturity: Subsystem technologies should demonstrate system maturity in a relevant environment to allow for program entry into the Engineering and Manufacturing Development (EMD) phase at MS B. Alternative requirements may also be proposed to mitigate or remove technology challenges while still meeting key performance goals. e. Leveraging of existing system integration and technology: Related to paragraph c. above, the Government encourages industry to identify existing systems or subsystems on the EA 18G, ALQ 99, NGJ Inc. 1, or from other programs that may be re-used so long as industry can show how this re-use will reduce costs, schedule, and/or risks to the program. Describe any modifications necessary for the re-use. Examples could include re use of the CCS exciter, ALQ 99 hardbacks, external Ram Air Turbine (RAT), NGJ Inc. 1 ducted RAT-Generator (RAT-G) or Common Electronics Unit (CEU), or other systems or subsystems fielded as part of existing DoD programs. Clearly identify those areas in which the re-use will benefit the Government, such as, but not limited to, production economies of scale, maintenance and sparing commonality, and common code bases. If the re use is of a proposed subsystem with Critical Program Information (CPI) designated components, identify the CPI designated components within the proper classification constraints. f. Product support: Identify the potential impacts to product support that the proposed Inc. 2 integrated pod and subsystem concepts may have on existing support equipment, maintainer skill sets, and long-term support at all three levels of maintenance. Include the impacts stemming from modifications and re use of existing subsystems and changes to the OML. Also include any impacts that concepts may have on tactical, carrier based operations (e.g. cooling systems and how they support shipboard use). g. Reliability and Maintainability (R&M): Provide R&M impacts for the Inc. 2 integrated pod and subsystem concepts to include the impact concepts may have on maintainer accessibility, Organizational-Level remove and replace/repair times, and reliability. Provide a high-level description of any anticipated Built-In-Test (BIT) capabilities and how the BIT data will be transferred to the host platform. Identify opportunities for the inclusion of sensors or technologies that enable prognostic capabilities for mechanical, moving, life-limited components. h. Modeling and Simulation (M&S), Test and Evaluation (T&E): Propose types of testing required, testing facilities needed (both industry and Government), conceptual test timelines and alternative methods of testing to assist in reduction of the volume of tests. Identify M&S capabilities that may aid in evaluating prime power, EIRP, beam width, bandwidth, commutation, component efficiencies and cooling parameters. Concept Maturity: In support of NGJ Inc. 2, the Government requests information from industry to address the maturity of integration, pod, and/or design concepts by providing a fully-populated, self-contained Technology Maturity Self-Assessment (TMSA). The TMSA template, including instructions and guidance, are provided in a separate Excel file contained on the TL. Cost Data: The Government also requests any information industry can feasibly provide in the Cost Appendix and Cost RFI chart, located in the TL, to support cost estimation for a possible TG technology demonstration effort and the future EMD phase. This data should be associated with the pod system or subsystem concept(s) proposed in response to subparagraphs (a) through (h). RFI Responses: Please provide one hard copy and one electronic (Compact Disc) copy for responses to this RFI no later than the closing date specified above. Receipt will be acknowledged by the Government, but the submissions will not be returned. Use of Microsoft Office (PowerPoint, Excel, Word, and Project) or Adobe products is required. Mailing addresses for the RFI responses are provided at the end of this announcement. Responses classified SECRET or below should include a cover letter that identifies the RFI reference number, NGJINC2RFI_INDUSTRYDAY07072016 and the primary and secondary points of contact (name, phone number, fax number, and email address). Responses classified other than SECRET should contact PMR 51, functioning as the Navy & Marine Corps Office of Primary Responsibility (OPR). For further clarification regarding that process, contact Mr. Scott Orosz (202-284-2247,scott.orosz@navy.mil). Responders submitting other than SECRET concepts must already be in compliance with all relevant and applicable security requirements. The NGJ Inc. 2 team may contact RFI respondents in order to seek clarification of submitted information or gain additional input. Document markings: It is incumbent upon sources providing responses to this RFI to accurately mark all data with all appropriate data rights, distribution and classification markings. Classified information must be provided in accordance with the applicable Security Classification Guide(s), be appropriately marked (including portion marking), and comply with all the requirements of the DD 254 - Contract Security Classification Specification provided to respondents to Federal Business Opportunities (FBO) NGJInc2SN020516, of 5 February 2016 and 24 May 2016. 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 the organizations listed below. All employees of the organizations identified that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data Johns Hopkins University Applied Physics Laboratory, Laurel, MD SAIC, Crane, IN AVIAN Engineering, Lexington Park, MD Engility Corporation, Lexington Park MD Beyond the above commercial firms, the Government will not release any data received in response to this RFI, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government. Industry Days: Industry Days to assist interested sources in the development of responses to this RFI will be held 19 - 21 July 2016, Tuesday through Thursday, at Engility Corporation, 22290 Exploration Drive, Lexington Park, MD 20653. Meetings will be conducted at the SECRET classification level and will be restricted to U.S. citizens representing DoD Contractors with an active DSS approved Facility Clearance. For attendees representing a DoD Contractor with a Special Security Agreement (SSA), please provide a copy of the SSA to Kara Briscoe (Kara.Briscoe@navy.mil) by 12 July 2016. Attendees must possess an appropriate security clearance and submit a visit request electronically through JPAS using JPAS SMO Code 8U7245 to Crystal Gargani, crystal.gargani@engilitycorp.com, (240) 895-7402, and attendee roster information (name, organization and address, email address, and phone number) to Valerie Carroll, valerie.carroll@navy.mil, at least one week prior to the Industry Day group meeting (no later than 12 July 2016). Insert Robert E. Benson, robert.benson@engilitycorp.com, (301) 895-7483, as the technical POC at Engility Corporation and "NGJ Inc 2 Industry Day" as the purpose of the visit when you submit the security clearance information. The Government will hold a group session from 0830 1200 on July 19th to discuss information contained in this RFI and program requirements. Contractors may request a forty-five minute one-on-one session; the primary purpose of which is to ask questions and receive feedback specific to each contractor's preparation and generation of an RFI response. The one-on-one sessions will be held the afternoon of July 19th and on July 20 and 21. Due to space constraints, Contractors are limited to three individuals per Contractor team for the group industry session but are not limited in number of attendees for the one-on-one meeting. Submit requests for a one-on-one session to Kara Briscoe (Kara.Briscoe@navy.mil) by 12 July 2016. Contractors may specify a date and either a morning or afternoon timeslot. The Government will make best efforts to accommodate such requests. Participants are encouraged, but not required, to submit questions in advance to Kara Briscoe. Please specify whether the questions are for the group session or intended for discussion during a one-on-one session. All information presented, along with questions and answers related to clarifications of information contained in the NGJ Inc 2 system "Goals" document, will be made available to all interested parties to ensure consistency, fairness, and to avoid repeating information. Questions and answers from the one-on-one sessions that contain business sensitive information will not be disclosed to other participants. 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 Contractors or entities that respond to this announcement. Additionally, any costs incurred by interested Contractors in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking. RFI Response Mailing Addresses UNCLASSIFIED Responses Naval Air Systems Command Attn: Kyle Richmond, Contracting Officer, AIR 2.2.1.2. 47123 Buse Road, Bldg 2272 Suite 453 Patuxent River, MD 20670 CLASSIFIED Responses Outer Envelope: Department of the Navy Program Executive Officer PMA 234 Tactical Aircraft Programs 47123 Buse Road Suite 536 Patuxent River, MD 20670-1547 Inner Envelope: Department of the Navy Program Executive Officer PMA 234 Tactical Aircraft Programs Attention: David Dejetley M/F: NGJ Increment 2 47123 Buse Road Suite 536 Patuxent River, MD 20670-1547
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/NGJINC2RFI_INDUSTRYDAY07072016 /listing.html)
- Record
- SN04174753-W 20160709/160707235705-01ad2c6ec5258eb64639e1e59ba58b8d (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 |