Federal Bid

Last Updated on 14 Nov 2019 at 5 PM
Special Notice
Redstone arsenal Alabama

REQUEST FOR INFORMATION IN SUPPORT OF THE PNTAX 20 EVENT (APNTCFT-20-PNTAX-1)

Solicitation ID APNTCFT-20-PNTAX-1
Posted Date 14 Nov 2019 at 5 PM
Archive Date 11 Dec 2019 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

REQUEST FOR INFORMATION IN SUPPORT OF THE PNTAX 20 EVENT (APNTCFT-20-PNTAX-1): THIS IS NOT A SOLICITATION: This Request for Information (RFI) will be utilized in planning for the Assured Positioning, Navigation and Timing Cross Functional Team (APNT 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 no way 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-20-PNTAX-1 is for tracking purposes only.


BACKGROUND/DESCRIPTION: The primary purpose of the RFI is to identify potential sources who can provide air, ground, space, or cyber-based PNT, NAVWAR sensor or Sensor-to-Shooter (S2S) capabilities ready for test and demonstration at the APNT PNTAX event or deployment, up to 180 days. The Government is not responsible for any costs incurred by PNTAX participants, to include white paper submission costs, travel costs, technology demonstrations, exercises, experiments, 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 responses to this RFI, facilitate a PNTAX event and participate in technical or operational assessments.

In addition to the purpose indicated above, the APNT CFT is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The APNT CFT is looking for companies with the capabilities to provide Commercial Off-The-Shelf (COTS), Non-Developmental Items (NDI), or near NDI for assured PNT technologies in the ground, air, cyber or space domains and situational awareness, defensive, and offensive capabilities in the Navigation Warfare mission area.

This RFI is part of a set of industry engagements in support of enhancing the Industry-Government partnership critical to providing an effective and evolvable end-product for APNT, Space-based PNT and sensor, NAVWAR and Sensor-to-Shooter (S2S) 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, NAVWAR, Fires or Missile and Space hardware and software to implement best practices, improve productivity, gain programmatic and operational efficiencies, and realize cost savings.
 

RESPONDING TO THIS RFI: Interested and capable sources are invited to submit company and product literature, white papers, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, any specific test venue infrastructure requirements or Government test support requirements, summary of prior testing, test reports, and an estimated cost for price of test articles and production units, for Government consideration. Interested parties are encouraged to provide current customer base and identify systems in which the product is currently being employed. The submittal should address the RFI questions below, and any additional technical or company information to include a brief overview of company history. Responses are due by 3:00 PM CST on 26 November 2019 (submittal instructions below). 

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

Point of Contact information (to be included on cover sheet):

  • Company
  •  DUNS #
  •  CAGE CODE
  •  Address
  •  Point of Contact
  •  Phone Number
  •  Email Address
  • Website Address
  • Business Size according to North American Industrial Classification System (NAICS) code of 334511- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.
     
  • Socioeconomic classifications, such as Small Disadvantaged Business (SDB), Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, etc.
     
  • Single point of contact (POC) for receipt of all information pursuant to this RFI.
     
  • Name/type of technology or model
     
  • Technology maturity: Existing technology or technology concept
     
  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 Systems (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 M-Code compatible?
  17. Can the system or capability be ruggedized and capable of extended operation in multiple worldwide outdoor environments?  To 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,) required to run the software.
  22. Are additional software license rights available for purchase that would be equivalent to Government Purpose Rights (at a minimum)?
  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. Are additional technical data rights available for purchase that would be equivalent to Government Purpose Rights (at a minimum)?
  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 mission command, ground or aerial platforms/systems is the capability already integrated onto?
  33. For geolocation capabilities what is the expected accuracy and precision for spectrum monitoring or Fires coordination?
  34. What is the expected timeline for delivery of spectrum monitoring information? Does it support tactical timelines?
  35. Are projected capabilities compatible with Army mission command systems?
  36. To what Cyber Security standards is your system or capability operating and who sanctioned it?
  37. With what Cyber Security software analysis tools have you examined your system or capability and what are the results of those examinations?
  38. Training requirements for unit leaders and staffs to incorporate 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 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?
     
    Companies should provide data to support performance claims either by analysis or with test data.

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. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.

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 by identifying interested sources capable of participating in the PNTAX 20 event.

Responses to the RFI will not receive feedback from the Government once reviewed.

Additional information requests may be provided to respondents regarding the PNTAX 20 event.

Your interest in this response is appreciated.

All interested companies or organizations are encouraged to respond to this RFI.  Responses are due by 3:00 PM CST on 26 November 2019.  Please submit responses via email to the APNT CFT, Chief, Integration Branch, Mr. Benjamin Pinx, [email protected], and Test and Evaluation Lead, Mr. Jason Wideman, [email protected] .

Include RFI number APNTCFT-20-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.

Bid Protests Not Available

Similar Past Bids

Similar Opportunities