Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

59 -- Military Global Positioning User Equipment (MGUE) Miniature Serial Interface (MSI) - Comments Resolution Matrix

Notice Date
6/13/2017
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
17-048
 
Archive Date
7/29/2017
 
Point of Contact
Roy Lee, Phone: 3106533212, Jacqueline Nguyen, Phone: 3106533145
 
E-Mail Address
roy.lee.11@us.af.mil, jacqueline.nguyen@us.af.mil
(roy.lee.11@us.af.mil, jacqueline.nguyen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MSI RFI Comments Resolution Matrix The Ground Based GPS Receiver Application Module (GB-GRAM) is a specification that incorporates Modular Open Systems Approach (MOSA), as defined in the 2017 National Defense Authorization Act, by employing non-proprietary functional, performance, and interface requirements for a family of secure embeddable GPS receivers. GB-GRAM embedded GPS receivers are capable of processing the Precise Positioning Service (PPS) signal to provide highly accurate, real-time, Position, Navigation and Time (PNT) information 24-hours a day under all weather conditions. The GB-GRAM specification (MIL-PRF-GB-GRAM-300) defines requirements that target the ground domain using two Small Serial Interface (SSI) form factors: Type I and Type II. The GB-GRAM is an embeddable lightweight "All in View", dual-frequency, continuously tracking GPS receiver that uses the Selective Availability / Anti-Spoofing Module (SAASM) to access the PPS signal. The functions and capabilities of the GB-GRAM are tailored to suit the operational requirements of ground-based platforms with low-dynamic characteristics including mounted and dismounted land users and waterborne vehicles. GB-GRAM can be integrated into a wide variety of command, control, communications, and computer systems to host system functions including position location, target location, time synchronization, rendezvous, and en-route and terminal navigation. The Type II SSI form factor is backward compatible to systems originally integrated with the larger Type I SSI form factor. The signal pin-out of the I/O connector is identical between the Type I and Type II SSI form factors. While the physical size has been reduced from 3.4" x 2.45" x 0.6" to 1.76" x 2.45" x 0.285", the connector location remains the same relative to the edge of the board. This configuration allows for economical upgrade to an embedded receiver. The MGUE Increment 1 program is currently developing modernized form factors to support testing and integration of M-Code receiver cards into a select number of lead platforms from each of the military Services. One of the form factors is the GB-GRAM-M, a modernized variant of the GB-GRAM similar in size, weight and interface to the Type I SSI Form Factor. A proposed MGUE Increment 2 program will extend the development of enhanced receiver technology to additional applications, including precision guided munitions and modernized GPS handhelds. The needs for improved performance to address requirements in the draft MGUE Inc 2 CDD continue to grow. To answer these needs the Government will draft a definition of a SWaP-reduced form factor designated Miniature Serial Interface (MSI), which would be smaller than the Type II SSI Form Factor, to provide performance enhancements to address warfighter needs consistent with requirements in the MGUE Inc 2 Capability Development Document (CDD). The target unit cost for the MSI form factor is approximately $1300 in small quantity buys with unit cost savings for economic order quantities. Purpose The purpose of this RFI is to solicit industry feedback on the Government-defined MSI form factor as applicable to future GPS receiver acquisitions. Discussion SMC/GP is considering a circuit card form factor for GB-GRAM M-code compliant GPS receivers based upon MOSA principles that is SWaP reduced compared to the Type II SSI form factor defined in MIL-PRF-GB-GRAM-300 and CI-MGUE/GE-850. This form factor will be no larger than 1.25" by 1.25", consume at least 30% less power than the Type II SSI form factor defined in accordance with CI-MGUE/GE-850, and will be non-proprietary. The micro 80 pin connector was initially selected for the MSI form factor to facilitate receipt of the same or similar signals as the SSI form factor (i.e., allow for easy adaptation of SSI 80 pin connector electric characteristics table to the MSI form factor ). Industry input and feedback is necessary to understand extensibility and implementation of this proposed new form factor. The need for a SWaP-reduced GPS card form factor, primarily in dismounted applications, is to reduce the weight and bulk of equipment the soldier has to carry and improve battery life (resulting in the need to carry fewer batteries to complete missions). SMC/GP defined the draft MSI form factor by redlining the SSI form factor appendix from MIL-PRF-GB-GRAM-300, replacing the mechanical drawing with one showing dimensions of 1.25" by 1.25", replacing the SSI form factor 80 pin connector with a micro 80 pin connector, replacing the DS-102/KYK-13/KOI-18 interface with DS-101/RS-485 (leaving the DS-101/RS-232 interface in for now), and changing interface electrical characteristics to hopefully reduce the need for additional electronics on the card. This initial definition supports meeting the objective requirements, listed in MSI Form Factor Appendix of CI-MGUE/GE-850E. SMC/GP wants to understand the trade space in terms of risk, cost, and schedule. Additionally, SMC/GP requests that respondents complete the CI-MGUE/GE-850 Requirements Partitioning Matrix. The purpose of this Matrix is to allow respondents to show trade space for cards that complied with less than 100% of all the requirements in CI-MGUE/GE-850. The provided draft partitioning of the requirements into Tiers with Tier 0 being the bare minimum set of requirements in order to consider referring to a product as "GB-GRAM-M compliant", with Tier 3 being 100% GB-GRAM-M compliant. This RFI is seeking responses from contractor sources able to meet the requirements described in MSI Form Factor Appendix of CI-MGUE/GE-850E. Interested sources shall respond to this RFI as detailed below. RFI responses should include the following information: (1) Proposed edits to draft Appendix F (MSI Form Factor Appendix) of CI-MGUE/GE-850 using the Comment Resolution Matrix (CRM) provided for that purpose. (2) A completed CI-MGUE/GE-850 Requirements Partitioning Matrix. (3) A white paper containing the following information: •(a) An explanation regarding how the respondent would satisfy the requirements in draft Appendix F of CI-MGUE/GE-850, including identifying potential innovations, technology roadblocks, and market applicability. •(b) Functional interface requirements that are competing with meeting the reduced SWaP goals. •(c) Feedback on other challenges in developing a GB-GRAM compliant product in the proposed MSI form factor. •(d) Missing or unclear requirements to better ensure implementation of a modular open systems approach between different respondents' products. •(e) Identify opportunities for supporting additional Radio Frequency (RF) inputs and external augmentations. •(f) Identify requirements that will/could change due to technical risk or increase development and unit costs. Identify risks and mitigation plans. •(g) Feedback on the feasibility of adapting MSI to provide backwards compatibility to the Type II SSI. •(h) Potential to develop an MSI form factor product that, with different software/firmware loads and card form factor adapters, can support applications outside of the ground domain. The intent of this question is to determine if and how the proposed MSI form factor can be optimized to support development of solutions across multiple user domains. •(i) Information to aid the Government's activities to develop a budget planning estimate and a high-level schedule. •(j) Feedback on potential challenges to MSI-specific SWaP limits resulting from implementation of full pseudolite navigation using an IS-GPS-250A PL signal in an otherwise GB-GRAM-M compliant product. •(k) Feedback on potential challenges to MSI-specific SWaP limits resulting from implementation of external inputs to facilitate enhanced anti-spoof processing in an otherwise GB-GRAM-M compliant product. RFI Responses: Interested responsible sources (Prime Offerors only) should submit their responses by 1700 PT on 14 July 2017. If an interested responsible source seeks to submit a classified response, that response shall be classified at the SECRET level. Please contact POCs listed below prior to submitting a classified response to obtain the procedures for submitting classified responses. The CRM and Requirements Partitioning Matrix must be non-proprietary; the White Paper can have proprietary restrictions. Respondents shall affix a Distribution Statement F to the CRM, the Requirements Partitioning Matrix, draft Appendix F, and the White Paper. White paper responses shall be 8.5" x 11" pages with 1" margins, and 12-point font (Arial or Times New Roman); no page limits will apply to the CRM, the Requirements Partitioning Matrix and the White Paper. Pages must be numbered and documents submitted electronically as Microsoft Word. Adobe Acrobat files may be provided in addition to, but not instead of the equivalent Microsoft Word file. The information provided may or may not result in further action. The Government does not intend to award a contract on the basis of this information or otherwise pay for the information requested. In order to obtain copies of the following documents from the contract specialist, Ms. Jacqueline Nguyen, p otential respondents shall provide the certification number issued to their firm by the U.S./Canada Joint Certification Office, DLA Logistics Information Service Federal Center, 74 Washington Ave., North Battle Creek, MI 49037-3084: •(1) MGUE Ground-Embedded Receiver Technical Requirements Document (CI-MGUE_GE-850E) •(2) MGUE_GE Receiver TRD Appendix F (draft) •(3) CI-MGUE_GE-850 Requirements Partitioning Matrix •(4) GPS P(Y)-Code External Augmentation System (EAS) / User Equipment Interface (IS-GPS-250A). The contract specialist will not provide copies of these documents to any firm who cannot provide that certification number. For details, see https://www.dlis.dla.mil/jcp/. The RFI response will be evaluated solely for the purpose of refining the Government's understanding described above and to refine the Government's approach on future form factors and strategy. Consequently, the Government is primarily interested in responsible sources providing technical information indicating how that source can meet the Government's needs. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are highly encouraged. A responding firm should indicate if it is a small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university, or a minority institution. A determination of whether there are sufficient sources within industry to go forward with recommendations to conduct a restricted acquisition based upon responses to this notice is solely within the discretion of the Government. Submit RFI responses electronically to the Contract Specialist, Jacqueline Nguyen at jacqueline.nguyen@us.af.mil, (310) 653-3145, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245-2808. This notice does not constitute a Request for Proposal (RFP). There has been no decision to develop an RFP for the effort in this RFI. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any costs associated with the submission of the RFI response. The Air Force has entered into contracts with Booz Allen Hamilton, Canyon Consulting, Stellar Solutions, MITRE, Tecolote Research, Engility, and the Aerospace Corporation. These companies support the Air Force program office. Respondents are hereby notified that all responses will be provided to the Government's support contractors for their services to the U.S. Air Force. If a respondent does not wish to have any of those companies review its response, or requires those companies to enter into a non-disclosure agreement with it prior to SMC/GP releasing that response to those companies, the respondent shall clearly state. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, Contracting Officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, or recommendations to the Contracting Officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes. If resolution cannot be made by the Contracting Officer, the interested party may contact the ombudsman, Ms. Olalani Kamakau, SMC/PK, olalani.kamakau@us.af.mil, (310) 653-1185, 483 N. Aviation Blvd, Los Angeles AFB, CA 90245-2808. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of information, verify due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/17-048/listing.html)
 
Record
SN04542845-W 20170615/170613235003-e5ebbe355e5bdbafbfcdb2fd814be866 (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.