Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOURCES SOUGHT

99 -- Specification for Services and Material to Support Global Positioning and Navigation Systems Facilities Utilization and Enhancement.

Notice Date
2/8/2011
 
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-Pacific_MKTSVY_8EA42
 
Response Due
3/10/2011
 
Archive Date
3/25/2011
 
Point of Contact
Point of Contact - Tifani Parasidis, Contract Specialist, 619-553-4536
 
E-Mail Address
Contract Specialist
(tifani.parasidis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATIONSPACE AND NAVAL WARFARE SYSTEMS CENTER PACIFIC SYSTEM OF SYSTEMS AND PLATFORM INTEGRATION (Code 5.2.3) 1.0 Description 1.1 The Space and Naval Warfare Systems Center Pacific (SPAWARSYSCEN-PACIFIC) in support of the System of Systems and Platform Integration (Code 5.2.3) is seeking to identify potential sources that are interested in responding to a future solicitation for technical engineering services for emerging navigation technologies for applicability to air and shipboard C4ISR system applications. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website (https://www.fbo.gov/) and the SPAWAR E-Commerce Central website at (https://e- commerce.sscno.nmci.navy.mil/). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background 2.1 The Space and Naval Warfare (SPAWAR) Systems Center, Pacific (SSC Pacific), System of Systems and Platform Integration (Code 5.2.3) 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. Additionally, Code 5.2.3, is the principal Navy Research and Development Center for navigation systems, subsystems, sensors, and ocean survey systems. As the Navys lead Research and Development (R&D) activity, SSC Pacific is responsible for developing navigation sensors, systems, and equipment for all Navy platforms, including aircraft, ships, submarines, and land vehicles. Code 5.2.3 provides full spectrum support of C4ISR and navigation systems research, development, test and evaluation; fleet installation; in-service engineering; and training support for the Navy, Marine, and Joint C4ISR mission. Code 5.2.3 also supports Air Force Space Commands Global Positioning Systems Directorate (GPSD); previously known as GPS Wing; in emerging navigation systems technology development, test and evaluation, and acquisition. Certain areas of GPS and C4ISR technologies are sensitive and highly protected. Code 5.2.3 provides design, development and integration of shipboard navigation systems as well as bathymetric surveying systems into the United States and allied fleets for the Navys Joint C4ISR and ocean surveillance mission. Due to the extensive capabilities Code 5.2.3, they also provide integrated navigation systems support and technical expertise to other DOD services, federal agencies, foreign militaries and aerospace and commercial industries. 3.0 Requested Information: 3.1 Provide a summary or experience and capabilities that relate to the following: 3.1.1 Facility Requirements Analysis Demonstrated experience and capability in the conduct technical reviews used to evaluate the capabilities of existing GPS laboratory and test facilities. This comprises technical reviews to evaluate the capabilities of existing laboratory and test facilities. Monitor on-going GPS User Equipment (UE) development and production efforts and document the current status of all relevant UE-related activities in order to provide the information base required to update the laboratory facilities to support the latest UE configuration requirements. 3.1.2 GPS Data Analysis, Test and Evaluation Demonstrated experience and capability in the conduct of GPS test and evaluation (T&E), including GPS data processing and analysis for data collected and / or related to work performed in the RDT&E testing and analysis facilities. 3.1.3 Satellite Simulator Modification, Enhancement and Maintenance Demonstrated experience and capability in providing engineering support that includes modification, enhancement and maintenance of GPS simulators such as the Advanced GPS Navigation Simulator (AGNS), GPS simulator system controller software and related simulator functional software. Also includes support of alternative simulation capabilities, impact assessment, analysis and system testing required to modify, enhance and maintain the simulator in response to identified problems and new GPS RDT&E requirements. 3.1.4 Digital Receiver Modification, Enhancement and Maintenance Demonstrated experience and capability in providing engineering support for complete software life cycle support of software digital receivers and derivative projects such as the AGNS Test Station (ATS) software system, the monitor and control software application and test applications associated with the testing and verification of the aforementioned applications. 3.1.5 Generic Test Station (GTS) Modification, Enhancement and Maintenance Demonstrated experience and capability in providing engineering support including complete software life cycle support of the GTS software and system components, including impact assessments, analysis and system testing required to modify, enhance and maintain a GTS system in response to identified problems and newly identified RDT&E requirements. 3.1.6 Real-Time Simulation System Modification, Enhancement and Maintenance Demonstrated experience and capability in providing engineering support including complete software life cycle support of a Real- Time Simulation System (RTSS), including impact assessments, analysis and system testing required to modify, enhance and maintain the RTSS in response to identified problems and newly identified RDT&E requirements. 3.1.7 Post-Test Processing Software Modification, Enhancement and Maintenance Demonstrated experience and capability in providing engineering support involving complete software life cycle support of Post-Test Processing (PTP) suite of software systems, including such items as Data Analysis and Plotting Program (DAPP), Satview application, and other related data conversion applications. 3.1.8 Laboratory Network Support Demonstrated experience and capability in providing the enhancement and maintenance of general purpose and dedicated real- time test networks, including impact assessment analysis, hardware design or modification approach, implementation and testing necessary to update or enhance the networks in response to new UE operational requirements or new organizational requirements. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with an Information Statement. 4.2 Information Statements in Microsoft Word or PDF compatible format are due no later than 10 March 2011, 4:00 P.M. PST. Responses shall be limited to 5 pages and submitted via e-mail only to tifani.parasidis@navy.mil. All data received in response to this RFI that is marked or designated as corporate or proprietary information will be fully protected from release outside the government. Please be advised that all submissions become Government property and will not be returned. 4.3 Section 1 of the Information Statement shall provide administrative information, and shall include the following as a minimum: 4.3.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman- owned small business, very small business, veteran-owned small business, service-disabled veteran- owned small business) based upon North American Industry Classification System (NAICS) code 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). Small business concern means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, employing no more than 500 employees. Please refer to Federal Acquisition Regulation (FAR) 19 for additional detailed information on Small Business Size Standards. The FAR is available at https://www.acquisition.gov/Far/. 4.3.3 The facility security clearance of the offeror. The number of pages in Section 1 of the Information Statement shall not be included in the 5-page limitation, i.e., the 5-page limitation applies only to Section 2 of the Information Statement. 4.4 Section 2 of the Information Statement shall answer the issues addressed in Section 3 of this RFI and shall be limited to 5 pages. 5.0 Industry Discussions SPAWAR representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the POC, Mr. Tifani Parasidis at tifani.parasidis@navy.mil, phone: (619) 553-4536. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide technical engineering services for emerging navigation technologies for applicability to air and shipboard C4ISR system applications. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_8EA42/listing.html)
 
Record
SN02375373-W 20110210/110209060213-d94f2d8682dd71b232baba2205ecfa26 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.