Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
MODIFICATION

N -- NAVAIR (PMA-268) Unmanned Carrier Aviation (UCA) Mission Control System (UMCS) Integration

Notice Date
1/9/2018
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
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
PMA-268-RFI
 
Archive Date
2/10/2018
 
Point of Contact
Jessica L. Guy, Phone: 301-757-3718, Michelle Shanahan, Phone: (301) 342-0542
 
E-Mail Address
jessica.l.guy@navy.mil, michelle.shanahan@navy.mil
(jessica.l.guy@navy.mil, michelle.shanahan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATE: Responses to this Request for Information (RFI) are due no later than 12:00 PM EST on 26 January 2018. Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for Information (RFI). The Program Executive Officer (PEO) Unmanned Aviation and Strike Weapons (U&W), Unmanned Carrier Aviation Office (PMA-268) is seeking information from industry on Control Station Integration services that could potentially meet the MQ-25 UMCS integration requirements. Specifically, information is requested regarding the integration facility's ability to integrate the Unmanned Carrier Aircraft Mission Control Station (UMCS) hardware and software sub-systems into a fully functional Unmanned Aerial Systems (UAS) control station, to conduct initial system tests, and to package the UMCS for shipment. Background The MQ-25 is the next step in the Navy's integration of unmanned air systems in the carrier strike group's operational environment. MQ-25 will deliver a robust organic refueling capability to make better use of Navy combat strike fighters and extend the range of aircraft carriers. The MQ-25 will also provide the carrier strike group with an Intelligence, Surveillance, and Reconnaissance (ISR) capability. The system will be a critical part of the future Carrier Air Wing (CVW) and will enhance carrier capability and versatility for the Joint Forces Commander through the integration of a persistent, sea-based, multi-mission aerial refueling Unmanned Aircraft System (UAS) into the CVW. The UMCS, designated the MD-5 A/B (ship/shore), is the Navy's core unmanned mission control system of systems, comprised of scalable computing and display hardware, open architecture-based mission systems software, communication equipment, and connectivity to networking environments as required for both CVN and shore-based control of the MQ-25A Stingray aircraft. UMCS Integration Tasks: PMA-268 is requesting supporting information in the form of capability and/or experience in completing integration and systems checkout for systems similar to that of the UMCS. Additionally, information, such as facility size and capacity, to support integration services for approximately twelve (12) UMCS sub-systems for assembly and delivery to installation sites from September 2020 through October 2027. PMA-268 is the Lead System Integrator (LSI) for the UMCS, with the integrator providing direct support to PMA-268 in the following core task area: The integrator will be responsible for integration, initial system checkout, and pre-shipping packaging of MD-5 A/B sub-systems provided as Government Furnished Equipment (GFE) and/or procured on behalf of PMA-268 prior to installation of the MD-5 onto CVNs and into the ground stations. The subsystems that make up the MD-5 A/B Control Station are: 1) Six OJ-845 Common Display Systems (CDS), 2) Two AN/UYQ-122 Common Processing Systems (CPS), 3) One Network Processing Group (NPG), and 4) One Integrated Communication System (ICS). Detailed UMCS Integration tasking includes: 1) UMCS subsystem GFE receipt, unpacking, inventory, and setup at integration location. 2) Integrating/cabling the subsystems, installing software, conducting initial system checkout and testing, and preparing the integrated MD-5 A/B system to be shipped to the installation site. 3) Completing Information Assurance (IA) scanning and Security Technical Implementation Guide (STIG) application, software loading, and system configuration (Internet Protocol ports, etc.). 4) Integrating location-specific cabling and connections between subsystems. 5) UMCS testing that ensures the UMCS functions as designed. 6) Upon test completion, UMCS disassembly and teardown. Test results would be provided as a deliverable. 7) Removal of subsystem cabling, packing all the components, and ensuring they are ready for shipment to the ship/shore final installation location. 8) The UMCS Technical Data Package (TDP) will be provided as Government Furnished Information (GFI); the integrator will provide inputs to the UMCS TDP as needed. Note: UMCS Integration tasking does not include fabricating and connecting the cabling required between the UMCS and the specific CVN and shore installation sites, and the integration tasking does not include the cost of shipping and storing the UMCS from the integration facility to the specific CVN and shore sites. Estimated Cost Please provide: 1) A top level description including estimated materials and man-years. 2) E stimated cost Response Submittal Instructions Responses to this RFI will be used for information and planning purposes only and do not constitute a solicitation. 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 DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Responders are responsible for all expenses associated with responding to this RFI and for any costs associated with subsequent discussions. The Government will not provide any form of compensation or reimbursement for the information provided. Responses to this RFI are not to exceed 5 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 12 pt Times New Roman or Courier New. A two sided page will be considered two pages for the purpose of counting the 5 page limit. The following may be included and will not count toward your 5 page limit: cover page, table of contents and rear cover page. Responses and any questions to this RFI shall be submitted electronically to Naval Air Systems Command (NAVAIR) contract specialists, Jessica Guy at jessica.l.guy@navy.mil AND Michelle Shanahan at michelle.shanahan@navy.mil with the subject line "UMCS RFI Response" in Microsoft Word or.pdf format no later than 12:00 PM EST on 26 January 2018. All submissions should include RFI Reference Number, company, address, CAGE code, DUNS number, a point of contact with a phone number and email address, and business size status for the North American Industry Classification System (NAICS) code(s) relevant to your company's response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.). Responses to this RFI may NOT be submitted via facsimile. Acknowledgement of receipt will be provided if request for return receipt is included with the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. Summary papers that fail to comply with the above instructions or present ideas not pertinent to the subject may not be reviewed. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. It is requested that no classified data be provided. If a respondent believes a complete response would require submission of classified information, please notify the Government POC immediately so that proper actions by the Government and vendor can be coordinated. To aid the Government and permit assistance from Government contractor support service personnel, please do not submit any information marked proprietary. If respondent believes that a complete response would require submission of proprietary information, please notify the Government POC immediately. As stated above, this is NOT a request for Proposal. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. Summary This announcement constitutes a Request for Information (RFI) led by PMA-268. This is NOT a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. This sources sought is being used as a market research tool pursuant to FAR Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The applicable NAICS code currently assigned to this procurement is 541512.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/PMA-268-RFI/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, United States
 
Record
SN04784496-W 20180111/180109230913-81c246e8813eaea9ea03ce134e400371 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.