Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2024 SAM #8142
SOURCES SOUGHT

58 -- FY26 H-1 Link 16 A & B kits

Notice Date
3/11/2024 2:12:06 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-APM276-0115
 
Response Due
3/26/2024 1:00:00 PM
 
Archive Date
04/10/2024
 
Point of Contact
Cassia Fernandes, Phone: 2405261370, Jeanette Moronta (PCO)
 
E-Mail Address
cassia.n.fernandes.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil
(cassia.n.fernandes.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil)
 
Description
1.0 Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS ISSUED SOLEY FOR INFORMATION AND PLANNING PURPOSES- IT DOES NOT CONSTITIUTE A REQUEST FOR A PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRAIVE COSTS INCURRED IN RESPONSE TO THIS RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLEY AT THE EXPENSE OF INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF USED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE SAM WEBSITE AT HTTPS://SAM.GOV . IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. 2.0 Purpose The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to procure Link-16 Deployment for the Marine Corps UH-1Y and AH-1Z Aircraft in accordance with the statutory authority permitting other than full and open competition under 10 U.S.C. 3204(a)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii), in that Northrop Grumman Corporation is the only responsible source and no other supplies or services will satisfy Marine Corps requirements. The anticipated contract action will be a modification to an Indefinite Delivery, Indefinite Quantity (IDIQ) for a period of one year. The modification will procure Link-16 hardware kits (including associated software integration), logistic support, system engineering, program management and technical, financial and administrative documents. The anticipated contract action will provide an integrated Link-16 capability, consisting of a military tactical data link, adaptive networking wideband waveform, ethernet, multi-level security domain, radio frequency identification, digital moving map, common Marine ground network gateway, and transmit and receive motion video. The following performance requirements are required for Link-16 (A & B Kits): � The system shall be expected to be primarily non-developmental items due to schedule requirements � The system shall separate all classified and unclassified data by a Government approved method. � The system shall utilize a data transfer system to handle mission data loading and data recording with mass storage capability. � The system shall replace the existing moving map system with a software instantiation of a similar moving map capability. � The system shall be fully integrated within the existing H-1 Integrated Avionics System (IAS) to include the mission computer. � The system shall replace the existing video recorder capability by recording sensor video and audio to mass storage of the data transfer system. � The system shall transmit and receive messages from Advanced Network Wideband Waveform, USMC approved gateway, and existing tactical interface systems. � The system shall transmit and receive Link-16 messages to/from capable platforms utilizing approved systems. � The system shall utilize functional displays as the primary interface for control and monitoring for all Link-16 and mesh networking functionality. � The system shall enable secure communications across data links. � The system shall be fully operational during and after exposure to electromagnetic environmental effects. � The system shall operate within the constraints of available aircraft electrical power. � The system shall be integrated within the constraints of available aircraft space. � The system shall be designed with open architecture to allow future addition of transmitting full motion video and receiving capabilities. Deliverables under this modification are as follows: 17 kits and associated spares Deliverables under this contract modification shall be comprised of production kits, initial spares, associated licensing, program management, training, logistics analysis, logistics management and documentation, configuration management, and technical, administrative and financial data requirements. The candidate shall be expected to handle and facilitate up to collateral Secret information. The candidate shall successful operational experience, manufacturing, and sustaining engineering support in place as well as have experience integrating capabilities in all H-1 aircraft configurations. Northrop Grumman Corporation (NGC) is the only source capable of manufacturing/assembling and delivering the Link-16 hardware and associated integration software that meet the fleet user requirements within the compressed schedule timeline required to meet the fleet user requirements. The rapid capability deployment schedule is expected to provide retrofit kits on fleet UH-1Y and AH-1Z aircraft starting in September 2024. 3.0 Requested Information Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only on source under authority FAR 6.302. Interested business/parties should submit a brief capabilities statement (not to exceed 20 pages) demonstrating their ability to provide the requirements listed in this RFI and any additional system capabilities. Prospetive offerors should explain how they are able to work with the Government and the Original Equipment Manufacturer (OEM) to deliver the capability explained in paragraph 2.0.� The prospective offerors should provide a teaming agreement signed by the OEM indicating partnership, or a subcontracting plan relationship, to obtain the necessary technical data for the proposed modification including licenses and software.� Demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicitated.� The capabilities statement should include: 1. Company information, including name, address, and URL, 2. Whether the company is a manufacturer or distributor, 3. A point of contact for follow-up information (phone number and email address), 4. Product name and information to include: data clearly defining system component and functions, minimum top level interface requirements, system total weight, demonstration of TRL-9 maturity, system flight qualification verification and test results, quantities and points of contact for any currently fielded systems and information on how long systems and information on how long systems have been fielded, 5. Please indicate the level of training and user support that is available, 6. Lead time for ordering and delivery, and 7. Methodologies of addressing obsolescence and any product risks. 8. If a commercial product, provide commerciality justification. 9. Indicate if any constituent components are from a foreign vendor or require foreign maintenance. 10. Describe maintenance philosophy, options and repair turnaround time. 11. Indicate if any data to support integration and maintenance is other than Unlimited or Government purpose Rights. This RFI notice is not a request for proposals. Capabilities statements should be submitted within 14 days after date of publication, no later than 1600 EST. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 4.0 ResponsesData Markings:� In order to complete its review, NAVAIR must be able to share an interested respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause252.227-7013 RIGHTS IN TECHNICAL DATA � OTHER THAN COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023).� Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.� All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors.� The Government will not reimburse any costs incurred to prepare responses to this notice. International Traffic in Arms Regulations (ITAR).� If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required.� THIS RFI IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVALIABLE TO PAY FOR PREPARATION OF RESPONSE TO THIS ANNOUNCEMENT ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICLY VOLENTARY. UNCLASSIFIED
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc1621606bdb498a89829a55398d843d/view)
 
Place of Performance
Address: Woodland Hills, CA 91367, USA
Zip Code: 91367
Country: USA
 
Record
SN06993061-F 20240313/240311230045 (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.