Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2020 SAM #6691
SOURCES SOUGHT

58 -- W56KGY-17-D-0007 Request for Information (RFI) - MSEVS for RSAM

Notice Date
3/23/2020 12:26:08 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY17D0007
 
Response Due
4/1/2020 1:00:00 PM
 
Archive Date
04/16/2020
 
Point of Contact
Eleanor Ryan
 
E-Mail Address
eleanor.ryan.civ@mail.mil
(eleanor.ryan.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION (RFI) FOR: � 1. The identification of potential sources capable of engineering and technical services in support of hardware and software updates; studies, analysis and prototypes for software and hardware; technical support for host platform integration/installation; proposed hardware and software improvements; development of test and simulation equipment; test procedures, testing and test reports; support for future Positioning, Navigation and Timing (PNT) updates; analysis, development, updates and sustainment of all versions of software source code for one or more of the Selective Availability Anti-Spoof Module (SAASM) Global Positioning Systems (GPS) products listed in Table 1, to include: the Defense Advanced GPS Receiver (DAGR), the Miniature PLGR Engine-SAASM (MPE-S) for Ground Based GPS Receiver Application Module (GB-GRAM) and Micro GPS Receiver Application Module (MicroGRAM). � Table 1 SAASM GPS Products Manufacturer Model Part No.* Collins Aerospace DAGR SAASM 3.2 822-1873-002 Collins Aerospace DAGR SAASM 3.7 822-1873-003 Collins Aerospace GB-GRAM SAASM 3.1 987-1856-032 Collins Aerospace GB-GRAM MPE-S Type I, SAASM 3.2 987-1856-013 987-1856-023 Collins Aerospace GB-GRAM MPE-S Type II, SAASM 3.7 987-9705-001 Collins Aerospace MicroGRAM 987-9705-012 * Other part numbers may apply to the Model indicated These products are secure military GPS receivers that utilize the Precise Positioning Service (PPS) GPS signal to generate and distribute positioning, navigation and timing data used for navigation and network synchronization in a variety of handheld and embedded applications. This effort requires access to operating software source code. This effort does not include the production of the SAASM-based GPS products listed in Table 1. The Government intends to analyze, develop and enhance the software source code. As such, potential sources must provide evidence of their capability to update source code for the SAASM-based GPS products listed in Table 1. 2. The identification of potential sources capable of developing, integrating and testing a satellite simulator with the same functionality as the Modernized Simulation and Evaluation System (MSEVS) currently used in the development and testing of propriety software for the GPS devices listed in Table 1. The system must be shown to be capable of correlating test results with the current MSEVS with minimal delay in processing. The system must be fully capable of migrating current testing scenarios and events with minimal modifications. The proposed system must also be capable of executing fully developed algorithms and scenarios capable of testing without full time monitoring.� Potential sources must provide evidence of their ability to develop and deliver an MSEVS capable of testing proprietary SAASM-based GPS software. 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, 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 Sources Sought are due by 1600 EDT (APG, MD) DD MMM YYYY. Please submit all RFIs to Sabrinna R. Cosom., EMAIL ADDRESS: sabrinna.r.cosom.civ@mail.mil and Eleanor Ryan, EMAIL ADDRESS: Eleanor.ryan.civ@mail.mil. Subject line must read RFI WXXXXXXXX �Company Name.� Additionally, 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 mark adequately proprietary, restricted, or competition-sensitive information contained in their response, accordingly. Project Manager Positioning, Navigation, and Timing (PM 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. PM 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). Requested Information: Vendors are invited to respond to the described requirements below. Responses are limited to ten (10) pages and should include: Description of past performance regarding engineering and technical services in support of hardware and software updates; studies, analysis and prototypes for software and hardware; proposed hardware and software improvements; and development of test and simulation equipment for the GPS products listed in Table 1. Description of past performance regarding software development to include analyzing, developing, updating and sustaining all versions of software source code for the GPS products listed in Table 1. Description of past performance regarding the development, integration and test of a satellite simulator with the same functionality as the MSEVS currently used in the development and testing of propriety software for the GPS devices listed in Table 1. General approach and proposed means of analyzing, developing and updating or changing the software source code for the GPS products listed in Table 1. Description of the level and ability to provide software development and technical support for modification of the proprietary product software source code for the GPS products listed in Table 1.� When would your company be able to provide these services? Description of the level and ability to develop, integrate and test a satellite simulator for use in the development and testing of proprietary product software source code for the GPS products listed in Table 1.� When would your company be able to provide this device? Name, telephone number, fax number, street address and e-mail address for Program, Technical, and Cost POCs. Responses: Interested vendors who believe they are capable of providing the above mentioned information are invited to indicate their interest by providing: Company Information to include: Company name, Company address Overnight delivery address (if different from mailing address) Commercial and Government Entity (CAGE) Code Point of contact E-mail address Telephone number �Fax number Classified Mailing Address: Security Office Information Name/Title Email Phone Responses shall not be above the level of UNCLASSIFIED. All assumptions, including any assumed Government support, shall be clearly identified. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions. Submitted material will not be returned. 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. Contracting Office Address: Army Contracting Command Aberdeen Proving Ground (ACC-APG) 6001 Combat Drive, C3-3311 Aberdeen Proving Ground, MD 21005-1846
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1101c07fb3eb423ebec477461207ae0e/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05597976-F 20200325/200323230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.