Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SPECIAL NOTICE

58 -- Joint Precision Approach and Landing System (JPALS) Increment 2 Land-Based System

Notice Date
9/3/2008
 
Notice Type
Special Notice
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-JPALS2RFI-1
 
Point of Contact
Dana C Veitch,, Phone: 301-757-5936, Stacy Wills,, Phone: 301-757-7076
 
E-Mail Address
dana.veitch-schropp@navy.mil, stacy.wills@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) is requesting information from industry to identify potential contractors for the development and procurement of the Joint Precision Approach and Landing System (JPALS) Increment 2 Land-Based capability. JPALS Increment 2 will provide fixed and mobile precision approach and landing systems that will support 200 ft decision height (DH) and 1/2 statute mile visibility (Category I minima) while operating in the military or civil modes. The system must also support auto-land capability for suitably equipped aircraft (to include Army, Navy, Marine Corps, and Air Force aircraft), must operate in the Global Positioning System (GPS) jamming threat environment, and must be capable of successfully passing a FAA flight inspection and commissioning check. The JPALS ground system for the Increment 2 must also support civil interoperability with the Ground Based Augmentation System (GBAS) for Category I precision approaches. JPALS equipped aircraft must also be interoperable with the Satellite Based Augmentation System (SBAS). An early draft of the JPALS Increment 2 System Requirements Document (SRD) and an addendum of potential changes to the SRD based on possible Capability Development Document (CDD) revisions will be available from PMA213 on the following website: http://www.navair.navy.mil/pma213/systems/jpals/jpals.htm. The JPALS program would like to gain insight from industry (primes and vendors) on several key areas to assist in JPALS Increment 2 planning: A) Provide a notional development and integration schedule assuming a contract award in Second Quarter FY2010 and an Initial Operational Capability (IOC) in FY2016. B) Provide estimates of Engineering Development Modules (EDMs) and flight test hours to support the test program. C) Provide development and production cost estimates with supporting ground rules and assumptions to support the notional schedule. D) Provide a notional architecture, Estimated Source Lines of Code (including new, reused, and modified) for software, and feedback on JPALS system requirements including ground and aircraft systems. E) Provide feedback on interoperability challenges, including but not limited to, aircraft system interoperability with the sea-based, land-based (fixed and mobile) and civil GBAS systems; and, JPALS ground system simultaneous or independent operation of military and civil modes. F) For the technical/architecture solution you used to generate your response to this RFI, provide insight into Critical Technology Elements (CTEs) and your ability to meet, or mature those CTEs to a Technology Readiness Level (TRL) 6 using the OSD Technology Readiness Assessment (TRA) process. Companies interested in JPALS Increment 2 SDD should have the following capabilities: (1) experience with navigation and landing systems design, development, and testing; (2) experience with the development and testing of GPS ground and airborne equipment (including civil GPS receivers (C/A Code), military GPS receivers (P(Y) code/SAASM and M-Code/PRONAV), anti-jam (AJ) technologies, and the detection and mitigation of GPS threats); (3) a thorough understanding of the civil GBAS and SBAS capabilities; (4) a thorough understanding of the guidance quality (accuracy, integrity, and continuity) requirements to meet Operational Availability requirements for a differential GPS based landing system and their allocation to ground and aircraft equipment; (5) experience in data link design and implementation including anti-jam and encryption, and creating or modifying data link messages or message content utilizing existing specifications; (6) experience with GPS and landing system availability and performance modeling, simulation, and testing; (7) experience with fixed and mobile system design, development, and testing; (8) knowledge of net-ready system design, open architecture design, and implementation of remote maintenance and reporting capabilities; (9) an understanding of the TRA process, including experience in identifying CTEs and assessing their maturity (their TRL); and (10) availability of facilities and personnel clearances to a minimum of SECRET. Respondents to this RFI should provide technical information and cost data for (1) systems that are currently available as a commercial or non-developmental item that may partially meet the requirements in the draft SRD or; (2) systems and/or products in development that will meet the requirements stated in the draft SRD. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that the JPALS Program Office or NAVAIR will contract for the items contained in the RFI. NAVAIR will not pay respondents for information provided in response to this RFI. Submit your response in a Microsoft® Word or compatible format document in no more than twenty single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins. Responses to this RFI are requested by 4PM on 3 October 2008. Specific questions should be directed to Dana Veitch, Procuring Contracting Officer, Phone 301-757-5936 or Email dana.veitch-schropp@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22bddfff8ea6d39d0a0c11dee264d2e8&tab=core&_cview=1)
 
Record
SN01658163-W 20080905/080903223120-22bddfff8ea6d39d0a0c11dee264d2e8 (fbodaily.com)
 
Source
FedBizOpps 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.