Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2005 FBO #1384
SOLICITATION NOTICE

A -- Global Positioning System (GPS) Modernized User Equipment (MUE) Notice of Draft RFP Release

Notice Date
9/8/2005
 
Notice Type
Solicitation Notice
 
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
FA807-05-R-0005
 
Description
1. Type of Action: P ? Presolicitation 2. Classification Code: A ? Research and Development 3. Title: Global Positioning System (GPS) Modernized User Equipment (MUE) Notice of Draft RFP Release 4. Response Date: 12 September 2005 5. Primary POC: Lt Keith Boyea, Buyer, keith.boyea@losangeles.af.mil , (310) 363-6193 6. Secondary POC: JoAnn Takayama, Contracting Officer, Joann.takayama@losangeles.af.mil , (310) 363-3670 7. Reference Number: 8. Solicitation Number/Contract Award #: FA8807-05-R-0005 9. Award Amount: (If Applicable): N/A 10. Contractor: (If Applicable): N/A 11. Awarded CLIN #: N/A 12. Classification Code: A -- Research & Development 13. NAICS Code: 927110 -- Space Research and Technology, SBA size standards are not established for NAICS sector 92. Contracting Office Address Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, SMC/GPK, 2420 Vela Way, Suite 1866, El Segundo, CA, 90245-4659 Description The purpose of this announcement is to inform potential sources of changes to the Global Positioning System (GPS) Modernized User Equipment (MUE) Receiver Card Development Program. This announcement is one of several, which attempts to keep potential sources informed of the various programmatic changes. The MUE Receiver Card Development Program will attempt to release another full or partial draft RFP no later than five (5) days from this notice. Interested sources (primes or subcontractors) who have not previously responded should respond to this announcement. Additionally, interested sources should request access to this information through the established website. See paragraph entitled, ?RFP ACCESS?. System Description: The MUE Program is the User Segment component of the GPS modernization effort. The objective of the MUE Program is to design, develop, fabricate, and document two YMCA receiver cards and their required internal support components based on the GPS Receiver Applications Module SEM-E/Modernized (GRAM-S/M) and Ground-based GPS Receiver Applications Module - Modernized Small Serial Interface (GB-GRAM-M-SSI). These requirements are available at the GPS website. Instructions on how to access this website are presented at the end of this announcement. The receiver cards will demonstrate the ability to receive and process the MUE signal as well as validate the Protection of Navigation (PRONAV) security architecture. Support for the demonstration into the aviation receiver card in a Line Receiver Unit (LRU) is covered under this effort. The MUE Receiver Program does not include production. It is anticipated that MUE receiver card 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 program objectives are provided as reference: The primary objective of this contract is to develop YMCA capability, and demonstrate that capability when implemented in a GRAM-S/M form factor and a GB-GRAM-M SSI form factor. The contractor is expected to fulfill the following MUE Receiver Card Development Program objectives: 1. Design, develop, test, and document a YMCA compliant GRAM-S/M and GB-GRAM-M SSI, ensuring the receiver cards meet the requirements specified by the MUE TRD and other applicable requirements documents. 2. Implement a design for the receiver cards that optimizes performance, security, and safety, while minimizing the recurring costs of future YMCA receiver production. 3. Deliver a Government approved consolidated MUE Receiver Card Test Plan and Procedures for the functional, software, security, integration, and operational testing of both receiver cards. 4. Verify both receiver cards meet performance, environmental, security, and safety requirements, in accordance with Government-approved contractor MUE Receiver Card Test Plan, the MUE Security Certification Plan and the MUE TRD. 5. Generate detailed specifications for each receiver card and its interfaces. 6. Deliver complete documentation, data, and software for specifying the design, implementation, and production of the developed YMCA receiver cards including detailed information on the core components developed or selected for implementing the cards. 7. Support Government testing of the GRAM-S/M and GB-GRAM-M SSI cards, in accordance with the Government test and evaluation strategy. 8. Recommend modifications and enhancements to the GRAM-S/M and GB-GRAM-M SSI card requirements to ensure the implementation of common core receiver card components with the widest application. 9. Recommend modifications to the GRAM Protection Profile and to the MUE Security Certification Plan, as well as other related specifications, ICDs, and ISs. 10. Support demonstration of the GRAM-S/M receiver cards into a LRU. Potential offerors must have the ability to process, maintain, and store collateral secret and special access required information. The Government has identified a proposed work breakdown structure (WBS) that will provide insight into each receiver card being developed. Contractual Issues: The MUE Receiver Card Development contract effort is anticipated to be a cost-plus award fee type contract with a period of performance of 48 months. It also includes special studies and support for the receiver demonstration on a cost-plus fixed fee basis. The Government expects to issue a final Request for Proposal for the MUE program on or about October 2005. A notice will be issued prior to its issuance. This information can be obtained through the GPS Bidder?s Library. Parties interested in accessing this information should apply at https://gps.losangeles.af.mil/gpslibrary where they must provide adequate justification for access, all contact information, and a Government point of contact (Capt Daniel Vore, SMC/GPUM, 310-363-5885). For contractual questions, please contact Lt David Kindt at (310) 363-0194 or Lt Keith Boyea at (310) 363-6193. This notice 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. RFP ACCESS: As the RFP documents are updated to reflect the changes in program direction they will be placed in draft on the GPS Bidder?s Library. Parties interested in accessing this information should apply at https://gps.losangeles.af.mil/gpslibrary where they must provide adequate justification for access, all contact information, and a Government point of contact (Capt Daniel Vore, SMC/GPUM, 310-363-5885). Additionally, the Government posted industry responses from the previous draft RFP on the bidder?s library. The document is titled Industry Comments. PROGRAMMATICS: An Ombudsman has been appointed to hear concerns from potential offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of proposals or the source selection process for this acquisition. The Ombudsman is the SMC Director of Staff. The director of staff can be reached at 310-363-3571. DECLARATION: This publication is for information only and does not constitute a final Request for Proposal (RFP), Government sponsorship of contractor charges against any Government contract for proposal efforts, or a government promise to pay for any information received in response to this announcement. Summary of Changes Resultant to Industry Comments: 1. The issue of recurring cost associated with the designs developed under this solicitation was not addressed in previous announcements. The Government has determined it has an overriding interest in ensuring that the designs developed under this proposed solicitation have taken into consideration future recurring costs inherent within the receiver card designs. Accordingly, to ensure best value to the Government, recurring costs associated with the proposed designs will be a significant consideration in the Governments? determination of best value of proposals submitted. It will also remain a significant area of emphasis in the execution of the MUE program effort and will be influential in award fee decisions. 2. The long range objective is to produce receiver cards that meet the requirements at the lowest overall recurring cost. Production (low rate initial production or production) will not be part of this instant effort. 3. As of this date the Trusted Foundry Policy Directive and its implementation has not be issued. Therefore, the Government does not anticipate a requirement that mandates its use. The Government only anticipates requesting respondents how the ?Trusted? aspects have been considered. 4. The effort to develop both types of chips is reflected in only one line item. 5. The Government intends to award at least two contracts.
 
Record
SN00890215-W 20050910/050908212430 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.