Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
SOURCES SOUGHT

58 -- NAWC WOLF Man-Portable Tactical Air Navigation (TACAN) Aid System

Notice Date
10/22/2019
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-19-RFI-0028
 
Archive Date
11/13/2019
 
Point of Contact
Devin Hader, Phone: 7323232741
 
E-Mail Address
devin.hader@navy.mil
(devin.hader@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF) Air Traffic Control Division has a requirement to provide Man-Portable (MP) Tactical Air Navigation (TACAN) aid systems. This RFI is issued as part of a procurement strategy for the MPTACAN systems. This RFI description is: The Naval Air Warfare Center (NAWCAD) Webster Outlying Field (WOLF) issues this Request For Information (RFI) for market research planning purposes in order to compile technical and operational data for defining a Man-Portable Tactical Navigation Aid (TACAN) system for use by the United States Marine Corps. This Man-Portable TACAN system is to be employed by the Aviation Combat Element of the Marine Air-Ground Task Force (MAGTF). A MAGTF is unique within our nation's Joint Force, providing integrated combat capabilities across land, air, sea, and cyberspace domains. MAGTF provides commanders with flexible, lethal, agile, and persistent capabilities to meet a wide spectrum of combat, combat-support, and special purpose requirements. To effectively employ aviation assets, the MAGTF and Joint Force Commander must ensure the safe, orderly, and expeditious flow of air traffic with reliable and effective Air Traffic Control (ATC). The ability to provide this assured ATC to aircraft is a vital capability of MAGTF and Joint Forces. Navigational Aids (NAVAIDs) must be operational in all climatic conditions, terrain, and the unique geographic locations deployed. NAVAIDs are force enablers that will provide continuous all weather, enroute navigation, non-precision landing approach guidance, and departure ATC services to receiver-equipped friendly aircraft by providing range, bearing, and station identification. The Man-Portable TACAN will provide enroute navigation information during initial entry tactical landing zone operations and be portable by one Marine. Man-portable is to be defined as capable of being carried by one person. Specifically, the term may be used to qualify: 1. Items designed to be carried as an integral part of individual, crew served, or team equipment of the dismounted Marine in conjunction with assigned duties; 2. In land warfare, equipment which can be carried by one person over long distance without serious degradation of the performance of normal duties. The Key Performance Parameters (KPPs) for the Man-Portable TACAN are as follows: Weight (Critical Design KPP) The Man-Portable TACAN (excluding power source) must be light enough for transport by one Marine; ≤ 35 pounds Threshold (T); handheld, ≤ 10 pounds Objective (O). Range (Critical Design KPP) The Man-Portable TACAN must provide Standard Service Volumes (SSV) Terminal Class (T Class) range an altitude boundaries (T); SSV Low Altitude Class (L Class) range and attitude boundaries (O) In Accordance With (IAW) the U.S. Standard Flight Inspection Manual, FAA Order 8200.1C. Signal (Critical Design KPP) NAVAIDs shall comply with MIL-STD 291 Standard Tactical Air Navigation (TACAN) Signal and STANAG 5034 TACAN Policy T=O). Frequency (Critical Design KPP) The NAVAIDs will require multiple channels within a transmit frequency range of 962 to 1213 Megahertz (MHz), receive frequency range of 1025 to 1150 MHz (T=O) IAW MIL-STD 291 Standard Tactical Air Navigation (TACAN) Signal NAWCAD WOLF is interested in vendors who have performed similar efforts on other Government contracts. All interested parties are encouraged to submit company and product literature in a white paper that shall not be longer than 10 pages. Respondents to this RFI should provide a description of their equipment to include the following information: Does a comparable Commercial of the Shelf (COTS) or a Non Developmental Item (NDI) exist that meets these requirements or will Non-Reoccurring Engineering (NRE) be needed? If NRE is needed, estimated time of how long. Radio line of sight capabilities highlighting range (nautical miles) and altitude (feet) Azimuth accuracy, range accuracy, and operating frequency range System input power requirements and power consumption System reliability based on actual usage if available (mean time between failures, mean time to repair should be provided at minimum) Number of aircraft that the system can provide service to simultaneously Environmental Engineering data IAW with MIL-STD-810G Environmental Engineering Considerations and Laboratory Tests Packing, Handling and Storage data IAW with MIL STD-1367 Packaging, Handling, Storage, And Transportability Program Requirements For Systems And Equipment Set up and takedown times Deployment configurations Production lead-time Established logistics support Submission of Information: Responses to this RFI must be submitted electronically in Portable Document Format (PDF) and delivered via email to the following address: devin.hader@navy.mil. Responses to the market survey shall include the following: Submitters Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Number Announcement Number. ##### Contractors must be properly registered in the Government System for Award Management (SAM) database. Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866606-8220, or via the internet at www.sam.gov. 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 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 US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The Point of Contact for this effort is Ms. Devin Hader, devin.hader@navy.mil. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than 29-October-2019 to Ms. Devin Hader at devin.hader@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-19-RFI-0028/listing.html)
 
Record
SN05479583-W 20191024/191022230438-dba71cb8b6ed2d0da5f37daf503e7df7 (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.