Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

A -- Development and Fielding Support for the Closed Loop PESA Simulator (CLPS), Advanced Anti-Air Threat Simulator (AATS) and Advanced Radar Threat Simulator ARTS-V1

Notice Date
11/7/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-19-RFI-0041
 
Archive Date
11/14/2018
 
Point of Contact
Alan McCarty, Phone: 732-323-2869, David Andreoli, Phone: 732-323-5208
 
E-Mail Address
alan.mccarty@navy.mil, david.andreoli@navy.mil
(alan.mccarty@navy.mil, david.andreoli@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information pertaining to the continued Research and Development (R&D) effort to design, integrate, test and deliver software for its Closed Loop Passive Electronically Scanned Array Simulator (CLPS), Advanced Anti-Aircraft Threat Simulator (AATS) and Advanced Radar Threat Simulator Version 1 (ARTS-V1). Initial development of the software has been conducted by Electronic Warfare Associates Government Systems, Inc. (EWA-GSI). The CLPS, AATS and ARTS-V1 simulators will address the need to properly assess the capabilities of on-going and future Department of Defense (DoD) Electronic Warfare (EW) programs in the complex Radio Frequency (RF) environment at the DoD testing ranges. The system software under development will utilize and modify the CLPS, AATS and ARTS-V1 system software currently under development by EWA-GSI. Only information on software that utilizes the AATS system software will be considered. Information is not sought on any other type of system software for simulators, or other simulators in general, at this time. The purpose of this RFI is to identify potential contractors that can provide the above R&D software design and system engineering services. It is the Government's intent to procure these services from the original developer of the software. This RFI is issued solely for information and planning purposes; and to implement additional requirements for market inquires in instances where the eventual acquisition may rely upon the authority at FAR 6.302-1, Only One Responsible Source; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is a RFI, not a RFP. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. Interested sources are advised that security requirements WILL apply. Prospective contractors must have a TOP SECRET level facility clearance. Prospective contractors must have a SECRET level clearance for safeguarding classified information/ and material required at the contractor facility. Sensitive Compartmented Information (SCI) classified material released to and developed under the contemplated effort must be held within a contractor's SCI facility (SCIF). Access to SCI material requires adherence to the requirements set forth in the following: Department of Defense(DoD0Manual (DoDM) 5105.21, volume 1, SCI Administrative Security manual; Administration of Information and Information Systems Security; DoDM5105.21, volume 2, SCI Administrative Security Manual: Administration of Physical Security, Visitor Control, and Technical Security; DoDM 5105.21, Volume 3, SCI Administrative Security Manual: Administration of Personnel Security, Industrial Security, and Special Activities; ICD 403, Foreign Disclosure and Release of Classified National Intelligence; ICD 703, Protection of Classified National Intelligence Including Sensitive Compartmented Information; ICD 703-02 Reporting Requirements for individuals with Access to Sensitive Compartmented Information; ICD 703-03, Protection of Classified National Intelligence Including SCI Shared with Entities Outside the Intelligence Community; ICD 703-04, foreign Ownership, control or Influence (FOCI); ICD 710, Classification Management and control markings systems; ICPG 710.1, Application of Dissemination controls: Originator Control (ORCON); DoD 5220.22-M, Change 2, national Industrial Security Program Operating Manual (NISPOM); and DoD 5220.22-R, DoD Industrial Security Program. Any contractor will comply with all regulations/manuals/directives stated herein which provide the necessary security and classification guidance for personnel, information, physical, automated information security (AIS), and technical security measures and is a part of the SCI security specifications for the contemplated contract. Any contractor shall be expected to execute contractual efforts in accordance with applicable Department of Defense (DoD) Security Classification guides (SCG), marking practices, program Operations Security(OPSEC) Plans and DD254 requirements. Interested sources are advised that the employees of commercial firms under contract to the Government may serve as technical reviewers of information provided in response to the RFI. Employees of these organizations that may participate in the RFI review are required to sign and submit Non-Disclosure Agreements held on file with the CLPS project office. Any objections to release of information to any of the support contractors must be clearly and prominently delineated in the cover letter to any submission. Further, any markings affixed to submissions must clearly allow for disclosure to the support contractors to which the respondent has no objection. Provide full UNCLASSIFIED response via encrypted electronic media that is Microsoft Outlook and Windows 10 compatible. DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL. Respondents are notified that a formal solicitation may not necessarily result from the RFI. Availability of any formal solicitation may be announced under a separate Federal Business Opportunities announcement. All interested parties should send company and descriptive literature on any currently available product that meets the Navy's requirements to Alan McCarty, e-mail: alan.mccarty@navy.mil or address: Naval Air Warfare Center Aircraft Division, Contracts, Code 2.5.2.1.2WW 562-3, Hwy 547, JBMDL, NJ 08733. Please include a point of contact, phone number, e-mail address, website information and CAGE Code. All responses should be received no later than 4:00 PM EST, 26 October 2018. All questions and comments must be in writing, no telephone calls. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside the Government without written permission in accordance with the legend.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-19-RFI-0041/listing.html)
 
Place of Performance
Address: Contractor facilities to be determined., Atlanta, Georgia, United States
 
Record
SN05145884-W 20181109/181107230605-33c6f16c40be220b276485e1cf48e299 (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.