Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2004 FBO #0940
SOURCES SOUGHT

A -- MUE Phase B Sources Sought Synopsis

Notice Date
5/21/2004
 
Notice Type
Sources Sought
 
NAICS
927110 — Space Research and Technology
 
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
FA8807-04-R-0005
 
Response Due
6/4/2004
 
Point of Contact
Lt Richard Kniseley, Chief, Modernization Planning Working Group, Phone (310) 363-5390, Fax (310) 363-3844, - JoAnn Takayama, Contracting Officer, Modernized User Equipment, Phone (310) 363-3670, Fax null,
 
E-Mail Address
richard.kniseley@losangeles.af.mil, joann.takayama@losangeles.af.mil
 
Description
This Sources Sought Synopsis is in support of a market survey being conducted by the Air Force to identify potential sources capable of executing the Modernized User Equipment (MUE) Program Phase B effort. System Description: MUE is part of the overall GPS Modernization Effort (Space/Control/User Segment). The Modernization upgrades will result in the addition of several new Civil Signals as well as a new military signal and security architecture. The MUE program is the user segment component of the GPS Modernization program and is to validate that user equipment can be developed that effectively interoperate and exploit the capabilities of the modernized constellation. The MUE Program is nearing completion of Phase A and is preparing to enter Phase B. Phase A activities consist of government development and assessment of MUE technical requirements, alternative acquisition strategies, and preliminary cost estimates. Additionally, four PRDA contracts were awarded to reduce program risk. Contract tasks included contractor assessment of key technical and design issues related to security architecture, receiver design, and the inclusion of multiple signal processing, YMCA. Phase A activities are now sufficiently mature to enter into Phase B. The MUE Phase B program is a development program with the objective of demonstrating Y-code/M-code/Course Acquisition-code (CA)-(YMCA) receiving and processing capability using the Protection of Navigation (PRONAV) Security Architecture. The MUE Program is not a production program and will not directly result in the procurement of MUE under the anticipated Phase B contract effort. The primary products of the development will be validated Government controlled, non-proprietary, specifications (specs) and Interface Control Documents (ICDs) for the GPS Receiver Application Module Standard Electronic Module type E Modernized (GRAM-S/M) receiver card and Ground-based GPS Receiver Application Module-Modernized Small Serial Interface (SSI) (GB-GRAM-M SSI) receiver card. The GRAM S/M and GB-GRAM-M SSI cards will be developed to validate that operationally relevant cards can be developed based on the Government specs and ICDs and to provide an initial industrial base to support further development and procurement. The GPS JPO will not procure MUE unless directed and funded to do so by the Services. It is anticipated that MUE procurements will be conducted by platform managers for MUE specific to a platform or by the Services to meet Service wide needs. To assist respondents in understanding the potential scope of this effort the following contract objectives are provided as reference: (a) Develop and deliver production representative YMCA GRAM-S/M and GB-GRAM-M SSI receiver cards in accordance with GRAM-S/M and GB-GRAM-M SSI Technical Requirements Documents (TRDs); (b) Develop and deliver non-proprietary draft GPS Engine specifications and ICDs; (c) Recommend modifications to GRAM-S/M and GB-GRAM-M SSI specifications and ICDs; (d) Demonstrate compliance with the security functional requirements and the security assurance requirements in the GRAM-S/M and GB-GRAM-M SSI protection profile; (e) Execute the MUE information assurance security certification plan and recommend appropriate changesSupport integration and test of the GRAM S/M receiver card into a MAGR-2K; (g) Support integration and test of the GB-GRAM-M SSI receiver card into an Army application; (h) Support the update of other MUE and M-code related documents as directed; (i) Establish a strong, near real-time dialog and feedback structure with the GPS JPO to provide government insight, achieve quick issue resolution, and respond to government direction; (j) Develop capability to conduct MUE cryptographic initialization functionality and provide tracking of MUE configurations. GPS user equipment is an important element across the DOD force structure and represents a significant cost for the DOD. Accordingly a major emphasis in this development will be to implement mechanisms that will reduce the cost of non-recurring engineering (NRE) development across all future MUE procurements. The government recognizes that the GPS Engine represents substantial development costs that are unique to MUE because of the new security architecture and security methods inherent to the M-Code signal and PRONAV. The government seeks means to ensure that these and other NRE costs do not act as a barrier preventing potential suppliers and developers from entering the MUE market. Specifically, the government is currently investigating third party licensing agreements and data rights. The government intent is that the data rights or third party licensing agreement would allow a third party not currently familiar with the MUE security architecture and security requirements to successfully compete for future MUE developments. Accordingly, respondents to this announcement are encouraged to provide in addition to their capabilities statements information regarding their assessment of the value of data rights and/or licensing agreement and any other suggestions to assist the government in achieving its objective of reducing non-recurring engineering costs for the GPS Engine or MUE as a whole. Respondents are requested to identify any previous applicable experiences in supporting reduction of government NRE costs. After the receiver cards have been developed and delivered to the government the GRAM S/M will be integrated under separate contract into the MAGR-2K to validate the GRAM S/M ICD. The card developer will supply technical support under an associate contractor agreement during the integration effort. The government currently anticipates that the GB GRAM-M will be integrated into a yet to be selected Army platform. Scope of effort: The MUE Phase B effort is anticipated to have a duration of 48 months, anticipated period of performance is April 2005–April 2009. The purpose of this announcement is to help the government identify interested potential offerors, or teams, capable of achieving the MUE Phase B program objectives within acceptable risks and costs. Respondents are required to submit a current statement of capability, if they have not already done so. The capability package should provide a synopsis of relevant capabilities and past experience. In addition, a Request for Information was published on 10 May 2004, in Federal Business Opportunities soliciting for potential sources of commercially available signal simulators to support the execution of Phase B of MUE Program. See Special Notice, Solicitation Number: Reference-Number-43-MUE. Responses should also indicate the source's intent to be either a prime contractor, subcontractor, or interest in using data rights/third party licensing to become a MUE developer and supplier. All responses are to be unclassified. Respondents interested in being a prime contractor should not exceed five (5) one sided pages. Respondents interested in being a subcontractor should not exceed two (2) one sided pages and should briefly identify relevant experience and expertise. Responses must be submitted by email in electronic form in MS Word 98 or higher format or PDF format. All responses must conform to 8.5 x 11 inch pages, with font no smaller than 12 point. If respondents wish to include proprietary or competition sensitive data, they must request additional directions from Ms. Iris Green. Provide your statement of capability or contact Ms Iris Green at email Iris.Green@losangeles.af.mil. This synopsis is for planning purposes only any information submitted by respondents to this synopsis is strictly voluntary. Additional questions to the Government may be included under separate cover, the government reserves the right to not respond to all questions but will make an effort to respond to questions. All questions will be considered in future program planning efforts. This synopsis does not constitute a Request for Proposal (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the government as to its ultimate acquisition approach. The government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. In addition, the government is interested in receiving industry views regarding the ongoing government acquisition planning efforts. The government intends to post draft and planning documents in the GPS Bidder's Library as they become available to allow industry to view and make comments. Parties need to register with the GPS Bidder's Library, to obtain access. Please submit a letter listing all of the individuals requiring access, and justification for access, and all contact information inclusive of email address. Please submit requests to Lt Richard Kniseley at 2420 Vela Way, Suite 1467, El Segundo, CA, 90245, Phone: 310-363-5390, Fax: 310-363-3844; email: Richard.Kniseley@losangeles.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/SMCSMSC/FA8807-04-R-0005/listing.html)
 
Record
SN00607407-F 20040623/040621213318 (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.