Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOURCES SOUGHT

58 -- Low Cost GPS Navigation System Upgrade

Notice Date
3/23/2005
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-San_Diego_MKTSVY_26DAA
 
Response Due
4/8/2005
 
Small Business Set-Aside
N/A
 
Description
Low Cost GPS Navigation System Upgrade This is a Request for Information (RFI) and/or Sources Sought Synopsis. The Space and Naval Warfare Systems Center San Diego (SSC SD), Navigation and Applied Sciences Department (Code 230) is the principal Navy Research and Development Center for navigation sensors and systems; ocean survey systems for ocean-bottom mapping; and Air C4ISR equipment and systems. As such, SSC SD has been tasked by PEO C4I and Space, PMW-170 to develop, test and implement a low cost navigation system that replaces the AN/WRN-6 Global Positioning System (GPS), employing Commercial Off-the-Shelf hardware and software to meet the enhanced security and open systems architecture key performance parameters of the Navy Enhanced User Equipment ORD dated 6 June 2000. The purpose of this Sources Sought synopsis is to identify potential sources that are interested in responding to a future solicitation for efforts involving emerging technologies for a next generation GPS navigation system with enhanced security and open system architecture in preparation for GPS Modernization. Potential respondents are requested to submit an Information Statement not more than three (3) pages long that summarizes their experience relative to the following areas of concern: The U.S. Navy plans to upgrade GPS installations with enhanced direct acquisition and Selective Availability Anti-Spoofing Module (SAASM) for enhanced security. The U.S. Navy plans to implement a GPS receiver form factor such as the GPS Receiver Architecture Module (GRAM) to provide the flexibility and open system architecture environment for future upgrades such as M-code. The U.S. Navy plans to implement a navigation system that allows route planning, distribution of precise navigation and timing information and enhanced anti-jam operations. The low cost navigation system is planned for use onboard Naval platforms not equipped with the Navigation Sensor Systems Interface (NAVSSI). It will replace the function of the existing AN/WRN-6 receiver and is expected to provide the following interface functionality/compatibility: a. GPS RF input b. RS-422 c. RS-232 d. ICD-GPS-155, ICD-GPS-153 and ICD-GPS-150 e. NMEA f. NTDS input/output g. 1 Pulse-per-Second (PPS) input/output h. 1 Pulse-per- Minute (PPM) output i. HAVQUICK j. KYK-13, KOI-18 and AN/CYZ-10 SkyDec B.V., a Netherlands company, has designed a flexible navigation system that has integrated a high accuracy Trimble Force 5 GRAM into a navigation system suite, which has special interfaces to on-board navigation, communication and combat systems This system???s architecture can be tailored to suite individual customer???s requirements. This navigation system has been integrated on foreign naval ships. As such, they are viewed as the only known company capable of providing production of a low cost navigation solution in time to meet the Navy???s replacement requirement for upcoming AN/WRN-6 obsolescence. Interested parties are invited to submit an Information Statement with a technical description of their navigation systems. The technical description of the navigation system must be sufficient for government evaluation of the system as a candidate alternative solution. The Government DOES NOT intend to award a contract on the basis of this announcement. Future requirements and procurements are uncertain. All data received in response to this request for information and/or sources sought announcement that is marked or designated as corporate or proprietary and information will be fully protected from release outside the government. It is not the intent of the Government to reimburse vendors for the cost of submitting information in response to this RFI Questions pertaining to this announcement may be directed to the POC, Ms. Oralee Martin via e-mail at: oralee.martin@navy.mil. The Information Statements are due by 4:00 P.M. local time on 8 April 2005 and should be submitted electronically to the POC e-mail address.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=13FE9FD652A3A15E88256FCD006212D3&editflag=0)
 
Place of Performance
Address: SPAWAR SYSTEMS CENTER SAN DIEGO 53560 HULL STREET CODE 222, SAN DIEGO CA
Zip Code: 92152-5001
Country: USA
 
Record
SN00775009-W 20050325/050323213618 (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.