Federal Bid

Last Updated on 15 Oct 2021 at 8 PM
Sources Sought
Redstone arsenal Alabama

Request for Information (RFI) in support of PNTAX 22 Event

Solicitation ID APNTCFT-22-PNTAX-1
Posted Date 15 Oct 2021 at 8 PM
Archive Date 30 Nov 2023 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qk Acc-Rsa
Agency Department Of Defense
Location Redstone arsenal Alabama United states 35898

NAICS Code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION: This Request for Information (RFI) will be utilized in planning for the Assured Positioning, Navigation and Timing/Space Cross-Functional Team (APNT/S CFT), Positioning, Navigation and Timing Assessment Exercise (PNTAX) event.  This RFI does not constitute an Invitation for Bids (IFB), a Request for Proposal (RFP), or a Request for Quote (RFQ), nor does its issuance obligate or restrict the Government to an eventual acquisition approach. This RFI does not obligate the Government to issue a solicitation. This RFI is being conducted solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this request or accepted by the Government to form a binding contract. No solicitation document exists, and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and is not obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing future acquisition strategies and will be used to identify capable sources to participate in PNTAX.  Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.

NOTE: The use of RFI Number APNTCFT-22-PNTAX-1 is for tracking purposes only.


BACKGROUND/DESCRIPTION: In accordance with Federal Acquisition Regulation (FAR) Part 10, the APNT/S CFT is conducting market research to identify potential sources capable of providing Commercial Off-The-Shelf (COTS), Non-Developmental Items (NDI), or near NDI for assured PNT technologies in the ground, air, space or cyber domains and situational awareness, defensive, and offensive capabilities in the Navigation Warfare (NAVWAR) mission area. More specifically, this RFI is being issued for the purpose of identifying potential sources who can provide ground, air, space or cyber-based PNT and NAVWAR sensor capabilities ready for test and demonstration at the APNT/S CFT PNTAX or deployment, up to 180 days.

This RFI requests respondents to submit a White Paper that addresses the information outlined below.  In addition, respondents are encouraged to submit corporate overview information and basic qualifications in managing hardware and software development projects that are similar in scope and process to an assured PNT, Electronic Warfare (EW) or Satellite Communications (SATCOM) program.

This RFI is part of a series of industry engagements in support of enhancing the Industry-Government partnership, which is critical to providing an effective and scalable end-product for APNT, space-based PNT and NAVWAR capabilities. The Government intends to consider all Industry inputs and initiatives. The Army plans to leverage industry recommendations on the delivery of assured PNT, non-space and space-based PNT and NAVWAR hardware and software to implement best practices, improve productivity, gain programmatic and operational efficiencies, and realize cost savings.
 

The Government will NOT be responsible for any costs incurred by PNTAX participants, to include White Paper submission costs, travel costs, technology demonstrations, exercises, experiments, and any and all costs associated with PNTAX participation. All costs incurred throughout PNTAX are the responsibility of the participating organization.
 

Department of Defense (DoD) Science Engineering and Technical Assistance (SETA) contractors and Federally Funded Research and Development Centers (FFRDCs) supporting DoD functions may be utilized to review White Paper submissions, facilitate the PNTAX event and may participate in technical or operational assessments.

The Government is seeking the following information in White Paper responses provided:

  1. What is the Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of the system or capability?  If not TRL 6 can a TRL 6 or greater be achieved within a year of assessment?
  2. Is the capability ready for experimentation or demonstration?
  3. Is the system a prototype or productized capability?
  4. Can the system or capability be provided for further Soldier/unit assessment in a DevOps (test-fix-test) environment?
  5. On what platforms will the capability integrate – mounted, dismounted, aerial, fixed site, on-orbit, ride-share, free flyer, etc.?
  6. What Army warfighting function will the capability support - Aviation, Fires, Maneuvers?
  7. Is the system or capability a non-space-based solution? Can it become a non-space-based PNT solution?
  8. What is the minimum and maximum Global Navigation Satellite System (GNSS) spectrum range and rate the system or capability can detect a signal of interest?
  9. What is the Field of Regard of the sensor or antenna (area covered for the detector of the system when pointing to all mechanically possible positions)? Can it be sectored?
  10. What is the instantaneous Field of View of the sensor or antenna (area covered for the detector of the system when pointing to one position)?
  11. Over what external interfaces does the capability provide data? Describe the output file formats, bandwidth requirements and indicate any that are not among recognized standards.
  12. Can the capability be operated remotely? If so what is the mechanism? Can you describe the interface in detail or provide an interface control document?
  13. What are the Size, Weight and Power (SWaP) characteristics of the capability?
  14. What is the required clearance volume of the antenna? How is it oriented with respect to potential mounting locations?
  15. What Global Positioning System (GPS) receiver does your system use? If there is a built-in GPS is it Selective Availability Anti-Spoofing Module (SAASM) compliant? Can the system interface to a GPS that is SAASM compliant?
  16. Is the system or capability Military Code (M-Code) compatible?
  17. Can the system or capability be ruggedized and capable of extended operation in multiple worldwide outdoor environments?  What Military Standard (MIL STD) is the system built to or tested to?
  18. Provide documentation of ANSI 95.1 (2005) compliant stand-off distance while operating.
  19. Will the system or capability support aerial and ground-based assured PNT and/or anti-jam (AJ) antenna capabilities? 
  20. Will the system or capability support spectrum monitoring, detection and tracking of and/or data analytics for signals of interest within the GNSS spectrum? If so, identify which GNSS signals?
  21. Describe any specialized software that is required for system operation. If such software is required, provide information on the operating system environment, minimal hardware requirements and architecture (processor type, performance, etc.) required to run the software.
  22. What software licensing agreements are available for Government purchase?
  23. What is the typical first article delivery time and typical production rate of the system?
  24. What detailed Technical Data Package for the system or capability is available to the Government, either as part of a unit purchase or through a separate agreement, including cable drawings?
  25. What data rights are available to the Government as part of a purchase?
  26. What integration information (mechanical, electrical) is immediately available and releasable to the Government? Is an Initial Capability Document (ICD) available allowing the Government to interface directly with the sensor software or to system middleware?
  27. Does the system require a specialized skill set or military occupational specialty (MOS) to operate and maintain the system?
  28. Does the system support VICTORY and Open System Architecture (OSA) requirements?
  29. Describe the available operator training curricula.
  30. Describe any established training for maintenance.
  31. What sustainment and training requirements can the contractor support?
  32. What platforms/systems is the capability already integrated onto?
  33. For geolocation capabilities what is the expected accuracy and precision for spectrum monitoring?
  34. What is the expected timeline for delivery of spectrum monitoring information? Does it support tactical timelines?
  35. Are projected capabilities compatible with Army systems?
  36. What Cyber Security standard is your system or capability compliant with and who sanctioned it?
  37. What Cyber Security software analysis tools have been utilized to examine the system or capability and what are the results of those examinations?
  38. What are the training requirements needed for unit leaders and staffs to incorporate the system properly into planning and execution of operations? 
  39. Describe embedded Built in Test (BIT)/Built in Test Equipment (BITE) capability available with the system and to what level it reports faults.
  40. What critical program information protections are in place?
  41. What Reliability, Availability, and Maintainability (RAM) performance does your system meet, to include expected Mean Time Between Failure (MTBF)?
  42. What warranty coverage is available and explain any extended maintenance support.
  43. Describe the transportation and storage requirements.
  44. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past?  If so, provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort.
  45. What Radio Frequency (RF) is optimum to have your system tested against?

Companies should provide data to support performance claims either by analysis or with test data.

In addition to the White Paper, all interested parties are encouraged to submit company and product literature, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, and an estimated cost of test articles and production units, for the Government’s consideration. Interested parties are encouraged to provide a current customer base and identify systems in which the product is currently being employed.

RESPONDING TO THIS RFI: Interested and capable sources are invited to submit an unclassified White Paper describing their system. Please limit White Paper submissions to a maximum of fifteen (15) pages (including a cover sheet) and provide the following information:

  • Cover Sheet
  • Contact and company information
  • Name
  • Title
  • Company name
  • Date of incorporation
  • Number of years in business
  • Number of employees
  • Company security clearance level
  • Location
  • Mailing address
  • Phone number
  • Website address
  • Email address
  • Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI.

  1. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business size standard for this NAICS code is 1,250 employees. For more information, please refer to http://www.sba.gov/content/table-small-business-size-standards. Please also indicate any socioeconomic classifications:
     
  • Large Business concern;
  • Small Business (SB) concern;
  • 8(a);
  • Small Disadvantaged Business (SDB);
  • Women-Owned Small Business;
  • Historically Underutilized Business Zone (HUBZone);
  • Veteran-Owned Small Business;
  • Service-Disabled Veteran-Owned Small Business

  1. Name/type of technology or model
  2. Technology maturity: Existing technology or technology concept (reference questions 1-45 above)
  3. Brief overview of company history

BODY OF WHITE PAPER:
The submittal should address the requests for information above, and any additional technical or company information. A description of the system supported by technical parameters is desired.

The Government requests that interested sources submit an electronic response of not more than fifteen (15) pages, 8.5" x 11" paper, 12-point Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the following Point of Contact information:

• Company Name
• DUNS #
• CAGE CODE
• Address
• Point of Contact
• Phone Number
• Fax Number
• Email Address

Supporting documentation (such as marketing brochures, fliers, published presentations or papers and other materials that summarize the technology and more about your company) is acceptable (up to 2 pages worth), and may be referenced by reviewers only in support of claims identified in the White Paper, and only where specifically referenced in the White Paper. The Government makes no guarantee that the supporting documentation will be reviewed and/or considered.

Any company proprietary information, performance capabilities and/or future modification plans should be clearly identified and MUST be marked accordingly and will be protected by the Government.

Responses to the RFI will not be returned.

Responses to the RFI may be used to develop Government documentation.

Responses to the RFI will be used for planning purposes to identify interested sources capable of participating in the PNTAX 22 event.

Respondents to the RFI may not receive feedback from the Government once reviewed.

Additional information may be requested and / or provided by the Government to capable sources in support of the PNTAX 22 event.

Proprietary information should be clearly marked. No classified documents will be included in your response. Please be advised all information submitted in response to the RFI becomes the property of the U.S. Government and will not be returned. All information received in response to this RFI marked "proprietary" will be handled accordingly.

As indicated above, the Government will utilize non-Government personnel to review responses to this RFI and participate in PNTAX events. The respondent must clearly state on the cover sheet to the RFI response whether or not a Proprietary Information Agreement (PIA), Non-Disclosure Agreement (NDA), or equivalent is required prior to non-Government personnel reviewing the submissions. Should a PIA/NDA be required, the respondent must obtain the PIA/NDA from the company POCs and provide the PIA/NDA with their RFI submittal.  To obtain the company POC list, please send an email request to the following: Ms. Lisa Reyes [email protected]

All interested companies or organizations are encouraged to respond to the RFI by providing information by 3:00 PM EST on 30 November 2021.

Respondents are requested to submit an electronic copy of the responses to the Integration Branch, APNT/S CFT, Project Lead, PNTAX, Ms. Lisa Reyes [email protected] 

Include RFI number APNTCFT-22-PNTAX-1 in the subject line. All requests for further information shall be in writing and via email; telephonic requests for additional information will not be accepted.

Your interest in participating in the PNTAX 22 event is appreciated.

Bid Protests Not Available

Similar Opportunities

Hill air force base Utah 21 May 2030 at 4 AM (estimated)
Andrews air force base Maryland 01 May 2024 at 8 PM
Andrews air force base Maryland 01 May 2024 at 8 PM