Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOURCES SOUGHT

58 -- Telemetry Netwrok Systems for the iNET program - SOW & Standards

Notice Date
3/27/2012
 
Notice Type
Sources Sought
 
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
N00421-12-R-0043
 
Archive Date
4/25/2012
 
Point of Contact
Ozdem S Hubley, Phone: (301) 737-2848, Candice L Anderson, Phone: 301-737-2852
 
E-Mail Address
ozdem.hubley@navy.mil, Candice.Anderson@navy.mil
(ozdem.hubley@navy.mil, Candice.Anderson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Test Article Standard System Management Standard Metadata Standard RF Netwrrok Element Standard Draft SOW SOURCES SOUGHT THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. Please do not include company brochures or other marketing information. Naval Air Warfare Center Aircraft Division (NAWC-AD), AIR 2.5.1.5 Contracts is conducting a market research survey to identify potential vendors with the resources, capabilities and experience to successfully develop and produce advanced prototype components of the Telemetry Network System (TmNS) for the integrated Network Enhanced Telemetry (iNET) program in support of the Naval Air Systems Command. The proposed acquisition is for the design, development, qualification, and low rate production of these components. The list of TmNS components is as follows: • Airborne Test Article (TA) Manager • Camera Manager • Data Acquisition Unit • Multi-Function Display • Network Gateway • PCM Gateway • TA Recorder • TA Router • TA Network Switch • TmNS Radio PLACE OF PERFORMANCE: Approximately 4% of effort is anticipated to be performed on-site at NAS Patuxent River, MD, AFFTC Edwards, CA, and Southwest Research Institute at San Antonio, TX. It is anticipated that the remaining 96% will be performed at the contractor's location (Off-site). DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND: The iNET program is a tri-service project that is tasked via the Director of the Central Test and Evaluation Investment Program (CTEIP), which is a program element under the Office of the Secretary of Defense (OSD), to enable advances in networking and telemetry technology to meet emerging needs within the Major Range and Test Facility Bases (MRTFBs). Approximately eight years ago, the iNET project started as a study to determine the feasibility of networked telemetry. So far, the iNET program has developed a system architecture for the TmNS and a suite of standards (see attached) to address interoperability of airborne ruggedized data acquisition and networked telemetry components. The program now seeks to build advanced TmNS prototypes of these components to support testing and integration of the TmNS system within actual test platforms. It is anticipated that these components will be derived from existing commercially available products, which will be modified to meet the interface requirements defined by the iNET standards. REQUIRED CAPABILITIES: See the attached draft Statement of Work (SOW). Statement of capabilities should address the vendor's knowledge of the iNET program, standards, and experience building airborne data acquisition equipment as well as their existing commercial product line. In addition, the interested vendor should discuss their experience with developing and using Work Breakdown Structures and project management based on tracking Technical Performance Measures (TPMs) for development of components, along with risk tracking and mitigation. The Government will assess the interested vendor's demonstrated capability to perform the tasking outlined in the draft SOW (see attached) and the specific areas noted above. ELIGIBILITY The applicable NAICS code for this requirement is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a small business size standard of 750 employees. The applicable PSC is 5821. All interested firms, both large and small, are encouraged to respond. However, if the respondent is a small business, FAR 52.219-14 will apply and the respondent is required to describe their ability to comply with the requirement at FAR 52.219-14 for the small business prime contractor to perform at least 50% of the work themselves in terms of cost of performance. SUBMISSION DETAILS Interested businesses shall submit responses and/or questions by e-mail to Ozdem S. Hubley, Contract Specialist at ozdem.hubley@navy.mil. No phone or e-mail inquiries with regard to the status of the RFP will be accepted prior to its release. All statements of capabilities shall be received at this office no later than 2:00 p.m. Eastern Time on 10 April 2012 and reference this synopsis number on both the e-mail as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested businesses should submit a corporate overview with past experience (within the past three years) that demonstrates the ability to perform this effort. The capabilities package should utilize Microsoft Word and be no more than 20 pages, size 8.5 X 11 inches, font no smaller than 10 point, single-spaced. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, e-mail address. NAWCAD Contracts anticipates awarding up to three (3) Basic Ordering Agreements (BOAs) based on a company's ability to perform this effort for all the components listed above or in parts. Each BOA will be in effect for five (5) years and the delivery orders may include cost-plus-fixed fee and/or firm-fixed price Contract Line Items (CLINs). Please note that, since a portion of the resultant BOAs will include cost-type terms and conditions, successful awardees will be required to have a Government-approved accounting system at the time of award, pursuant to FAR 16.301-3(a)(1). The period of performance is anticipated to commence in October 2013. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. The solicitation is projected to be released in August 2012. If you have questions concerning this sources sought please contact Ozdem S. Hubley via e-mail at ozdem.hubley@navy.mil. SUMMARY OF ENCLOSED DOCUMENTS Draft Statement of Work RF Network Element Standard, Maturity Level 1 - Experimental Version 0.7, January 31, 2010 System Management Standard, Proposed Version 0.08, January 29, 2010 Metadata Standard, Proposed Version 0.08, January 29, 2010 Test Article Standard, Proposed Version 0.08, January 29, 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-12-R-0043/listing.html)
 
Place of Performance
Address: See Description, United States
 
Record
SN02707110-W 20120329/120327235923-49f24b32d5d619a7ab76c98e6db535e6 (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.