SOURCES SOUGHT
58 -- Incorporate M-Code and Datalink Interface Capability into AN/USN-3 Satellite Signal Landing Systems (SSLS)
- Notice Date
- 5/21/2025 6:09:01 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-23-RFPREQ-TPM213-0022
- Response Due
- 6/5/2025 2:00:00 PM
- Archive Date
- 06/20/2025
- Point of Contact
- Denise A Pearch, Reannda Bill
- E-Mail Address
-
denise.a.pearch.civ@us.navy.mil, reannda.l.bill.civ@us.navy.mil
(denise.a.pearch.civ@us.navy.mil, reannda.l.bill.civ@us.navy.mil)
- Description
- THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a contract for an effort that will encompass the design, engineering, integration, test, and verification/validation of the Military Global Positioning System (GPS) services, or M-Code capability, as well as a Datalink Interface to accommodate a Government furnished waveform. This effort is intended to be a single retrofit kit upgrade into the existing system known as the AN/USN-3 Shipboard Satellite Signal Landing System (SSLS), also referred to as the Joint Precision Approach and Landing System (JPALS). ELIGIBILITY: The Product/Service Code most appropriate for this contract is 5825: Radio Navigation Equipment, Except Airborne. All interested businesses are encouraged to respond. PROGRAM BACKGROUND: Shipboard JPALS is the primary precision landing system for F-35B/C, MQ-25, and future Program of Record air vehicle platforms. JPALS is required on all CVN and LH type ships to provide precision navigation, coupled approach, landing and over the air inertial alignment capability. REQUIRED CAPABILITIES: NAVAIR requires Shipboard JPALS M-Code and Datalink Interface implementation by FY2027. These efforts will be combined into a single retrofit kit upgrade under the management of a Lead System Integrator (LSI). Highly specialized skills are required to incorporate M-Code functionality to meet the stringent schedule. Efforts include development and qualification of algorithms, and highly complex model tuning. The JPALS model contains over 3,000 files, and 50,000 individual Simulink blocks, with an additional 2,000 files for interpreting and compiling into executable code. The JPALS system requires high accuracy, continuity, integrity and availability in order to provide full auto-land capability for manned aircraft and Unmanned Aerial Vehicles. Modification to implement M-Code into the shipboard JPALS System will require re-tuning of the system and full re-verification to ensure M-Code and legacy JPALS performance is maintained including Anti-Jam (AJ) requirements. To satisfy additional operational requirements a datalink including a new GFI waveform, developed via an Office of Naval Research (ONR) Future Naval Capabilities (FNC), antenna, R/T, and amplifier are required to be integrated. NAVAIR has procured the JPALS Software Source Code and the Technical Data Package (TDP) from the Original Equipment Manufacturer (OEM). Interested parties must include (1) a detailed explanation of how they would use the existing models, code, and TDP to integrate M-code, maintain current AJ requirements, and re-tune the system to achieve the same or better performance; (2) a detailed explanation of how they would use the existing specifications, government furnished waveform, and TDP to integrate a datalink to achieve acceptable performance in all operational environments on the SSLS; and (3) a detailed explanation of how they would incorporate both features into a single retrofit kit upgrade as the LSI. Additionally, interested parties must provide a timeline including major milestones to achieve the FY2027 implementation requirement. INCUMBENT: This is a follow-on requirement. The OEM is Raytheon Company, 1801 Hughes Dr. Fullerton, CA 92833. SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to perform the services described herein; documentation should be in bullet point format. The capability statement package shall be sent by email to Reannda Bill, reannda.l.bill.civ@us.navy.mil and Denise Pearch, denise.a.pearch.civ@us.navy.mil. Submissions must be received at the email cited no later than 5:00PM local time on Thursday, 5 June 2025. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Reannda Bill or Contract Specialist, Denise Pearch at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6f6db3434ad645289432d2c4d6c2818b/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07451919-F 20250523/250521230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |