Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
MODIFICATION

58 -- Joint Precision Approach and Landing System (JPALS) Exchanges with Industry

Notice Date
8/11/2005
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-JPALSRFI-8
 
Response Due
9/12/2005
 
Archive Date
9/30/2005
 
Description
CORRECTED NOTICE: RESPONSE DATE IS 12 SEPTEMBER 2005. This Special Notice is to inform Industry that the Naval Air Systems Command (NAVAIR), Patuxent River, MD desires to continue its exchanges with industry in its planning of the JPALS Acquisition Strategy for System Development and Demonstration (SDD). JPALS is a Global Positioning System (GPS)/Inertial Navigation System (INS)-based precision approach and landing system (on land and at sea) that enables military aircraft to safely execute approaches to landing when ceiling and visibility are limiting factors. JPALS is a Joint Program with the Navy, Air Force and Army as its participants. Enabling technologies include Differential Global Positioning System (DGPS) with an anti-jam capability, a Low Probability of Intercept (LPI) UHF Data Link, and Inertial Navigation System (Sea Based only). The JPALS program requirements also include civil interoperability for all airborne platforms and land based installations. A competitive, performance-based specification RFP for the JPALS SDD effort is currently planned for release in the second quarter of FY06, resulting in a Best Value source selection award early in the fourth quarter of FY06. In this best value source selection, the Government is considering awarding one or more contracts to qualified offerors. The Government would allocate a set amount of funding per offeror and carry the offerors to a down select event. At the downselect, the Government would exercise an option contract line item to continue with the contractor determined to provide the best value to the Government. The JPALS Program requests Industry provide feedback on this proposed strategy. Specifically, the Government wishes to know: a. What are the perceived risks with the proposed down select strategy? b. Assuming $20M is available to each of the initially selected offerors, what tasks could be completed for the proposed funding? What are the ?planning number? costs/man-hours associated with each task. What is the timeline for completing these tasks? c. If $20M was taken out of the equation, what tasks could be completed within the timeframe if the Government determined that the down select event would occur about 1 month after the SFR (currently planned for 4QFY07). What are estimated ?planning number? costs/man-hours associated with each task? What are the associated costs if the Government were to go to PDR, 2QFY08? Responses should be presented as a top-level schedule depicting major tasks and events. For each task and event please provide a description of the task/event and associated costs. Interested parties should periodically check the PMA-213 web site, https://pma213.navair.navy.mil/jpals_industry, for updated information on JPALS. Industry members are encouraged to respond to these questions and provide additional/alternative inputs. Other comments and suggestions regarding the Government's course of action and/or alternatives are encouraged and appreciated. It is requested all written responses and comments be received no later than 4:00 PM on Monday, 12 Sep 2005. Firms responding should indicate whether they are a small business (S), a small disadvantaged business (SDB), an 8(a) firm, or a large business (L). Further, please indicate the firm?s desire as to whether it it is at the prime or subcontractor level for the upcoming SDD. Points of Contact: Responses and inquiries should be e-mailed to the following individuals: Lynda Frattone - Lynda.Frattone@navy.mil, Contracting Officer/AIR-2.2.1.3, telephone (301) 757-5936; and Jeff Semenza ? Jeff.Semenza@navy.mil, Program, Plans and Controls/PMA21352 telephone (301) 995-6267. An alternate contact for inquiries is Herb Hause, Herb.Hause@navy.mil, JPALS Operations/ PMA21352A, telephone (301) 995-6266. Note: This Special Notice is provided for planning purposes only and is subject to change. This notice does not constitute a Request for Proposal (RFP) and the Government is not committed or obligated to pay for any information submitted in response to this notice, and no basis for claim shall arise as a result of this notice or contractor response to this notice.
 
Record
SN00868539-W 20050813/050811212737 (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.