Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOURCES SOUGHT

59 -- Advanced GPS Antenna and Antenna Electronics Systems

Notice Date
4/11/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
Reference-Number-03-51
 
Archive Date
5/13/2003
 
Point of Contact
Capt Jens Norgaard, Buyer, Phone (310) 363-3746, Fax null, - Carol Laechelt, Contracting Officer, Phone (310) 363-2788, Fax null,
 
E-Mail Address
jens.norgaard@losangeles.af.mil, carol.laechelt@losangeles.af.mil
 
Description
The Navstar Global Positioning System (GPS) Joint Program Office intends to issue a production contract to procure the next generation GPS Anti-Jam Antenna System. The Advanced Development Antenna Production (ADAP) system will consist of an electronics control unit referred to as a Digital Antenna Electronics (DAE), an antenna referred to as a Controlled Reception Pattern Antenna (CRPA) and a Ground Plane Assembly (GPA). The GPA is an integrated unit consisting of a DAE, CRPA, and a Ground Plane Enclosure (GPE) that provides a weatherproof enclosure for the DAE and a ground plane for the CRPA (for mounting on a ship's mast). It is anticipated that an RFP will be released in 4Q FY03. Source selection will be based on written proposals for the DAE, CRPA and GPA and a technical sample for the DAE and CRPA. The DAE and CRPA technical sample will be evaluated by the government beginning in 1Q FY04 to assess the merits of the bidders design and the risk of transitioning the technical sample to a production system that meets or exceeds all threshold requirements of the system. Contract award is projected for 2Q FY04 with deliveries 12 months after receipt of order. It is anticipated that fifteen DAE, fifteen CRPA and 9 GPA (with DAE and CRPA) First Articles will be procured initially in FY 05. Subsequently, there will be four one-year production options planned which will bring the total number of systems to approximately 1600 DAEs, 1300 CRPAs and 300 Ground Plane Enclosures. The DAE shall incorporate advanced digital signal processing techniques to provide enhanced interference suppression simultaneously in the Global Positioning System (GPS) L1 (1575.42 MHz) and L2 (1227.60 MHz) frequency bands. It shall be capable of autonomously steering a single antenna beam with increased gain in a direction normal to the plane of the CRPA in the hemisphere above the CRPA under static conditions to aid in initial GPS receiver signal acquisition. The DAE shall be fully compatible with the proposed GPS Modernization M-Code signal. It shall be capable of operating with the CRPA, current seven element GAS-1 CRPA Line Replacement Unit (LRU) and other legacy CRPAs, including the CRPA-2. Primary objectives for the DAE are to maintain the AE-1 and GAS-1 AE form factor and interfaces and require less than 50 watts prime power. The First Article DAE units can exceed the size and power objectives by approximately 25%. The bidder shall develop a pre-planned product improvement, if required, to meet DAE size and power objectives for any exercised production options subsequent to First Article deliveries. The CRPA shall have 7 effective elements and maintain the GAS-1 CRPA form factor. It must also meet or exceed current GAS-1 CRPA requirements over the 24 MHz bandwidths centered on L1 and L2 and be fully compatible with the proposed M-code signal when mounted on the GPA or GAS-1 specification ground plane. The GPA shall meet environmental and electromagnetic interference requirements for Navy ship installations. The GPE can be build-to-print or a modification of an operationally-proven Navy design using Government Furnished Information (GFI). Interested parties are invited to submit a Statement Of Capability (SOC). The SOC shall not exceed ten pages. Information submitted should be pertinent and specific in the technical area under consideration on each of the following qualifications: (1) Experience: An outline of (a) specific research and development and/or production contracts previously performed or being performed and any in-house research and development efforts that relate to the design, fabrication, testing, and production of the DAE, CRPA, and GPA capability and (b) capability to produce, test, and deliver ADAP units at the quantities and schedule indicated above, (2) Personnel: Name, professional qualifications and specific experience of key technical and management personnel who may be assigned to this program, (3) Facilities: Availability and description of laboratory, test, and production facilities required to develop, produce, and test First Articles and subsequent ADAP units at the quantities and schedule indicated above, (4) Level of personnel and facility security clearance for the generation, discussion, and storage of secure data and documents (It is anticipated that clearance to the SECRET level will be required for the performance of ADAP effort), and (5) Any other specific information that would enhance our evaluation. The SOC is response date is posted above. The government will use this SOC to determine if there is sufficient interest in the marketplace from qualified sources. The Government does not intend to award any contract as a result of, or pay any costs associated with, submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. An Industry Day is planned for June 3-4 to facilitate potential offerers understanding of the government's requirements and to receive potential offerers feedback on the government's approach to this solicitation. A separate FedBizOpps will announce this meeting. An Ombudsman, Dr. David Ganger, at (310) 363-0588, has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Small Business companies are encouraged to participate. See Note 26.
 
Place of Performance
Address: At contractor's facility.
Country: USA
 
Record
SN00301860-W 20030413/030411213630 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.