Multi Intelligence Sensor Development Misd Common Chassis Production

Tender Detail

37008020
N00019 20 RFPREQ PMA 290 1141PS
Self Funded
Multi Intelligence Sensor Development Misd Common Chassis Production
ICB
Northern America
Asia-Pacific Economic Cooperation, APEC,G20
13-02-2021

Work Detail

This Notice Is Related To The Multi Intelligence Sensor Development Misd Common Chassis Production Sources Sought Notice N00019 20 Rfpreq Pma 290 1141 Posted On 3 December 2020 And Updated On 7 December 2020 Navair Received Several Capability Statements Which Were Reviewed And Aided In Making An Initial Determination That The Requirements Described Herein Will Be Procured On An Other Than Full And Open Basis Pursuant To 10 U S C 2304 C 1 And Far 6 302 1 Because The Supplies And Services Required By The Agency Are Available From Only One Or A Limited Number Of Responsible Sources And No Other Type Of Supplies Or Services Will Satisfy Agency Requirements The Purpose Of This Notice Is To Announce Navair S Initial Determination Of Pursuing A Limited Competition And To Provide An Additional Opportunity For Interested Parties To Submit Capability Statements In Response To This Presolicitation Notice Navair Has Initially Determined To Conduct A Limited Sources Competition Between Argon St A Boeing Company Fairfax Va And Sierra Nevada Corporation Snc Sparks Nv Resulting In The Award Of Up To Two Indefinite Delivery Indefinite Quantity Idiq Multiple Award Contracts Macs One To Argon St And The Other To Sierra Nevada Corporation Snc Sparks Nv With Five One Year Ordering Periods For The Production And Sustainment Of Up To Five Variants Of The Multi Intelligence Sensor Development Misd Common Chassis Argon St And Snc Are The Original Joint Designers Developers And Manufacturers Of The 5 Variants Of The Misd Common Chassis Navair Has Initially Determined That Argon St And Snc Are The Only Responsible Sources With The Requisite Knowledge Expertise Engineering Facilities Testing Facilities Training Facilities Tooling Special Test Equipment Technical Data Computer Software And Computer Software Documentation Necessary To Timely Fulfill The Contemplated Requirements The Government Neither Possesses Nor Has Adequate Rights In Sufficient Technical Data Computer Software And Computer Software Documentation To Provide That Data Software And Documentation To Alternate Sources To Enable Those Alternate Sources To Fulfill These Planned Requirements Each Idiq Contract Is Planned To Include Five Series Of Contract Line Item Numbers Clins For Five Annual Ordering Periods Each Ordering Period S Clin Series Will Enable The Procurement Of Up To 5 Variants Of Units With The Maximum Annual Cumulative Quantity Of Units Per Ordering Period Ranging From 10 To 25 Each Unit Is Required To Be Delivered Not Later Than 3 Years After It Is Ordered Initial Contract Award Is Planned To Occur During Either Second Or Third Quarter Of Government Fiscal Year 2022 A Class Of Contract Actions Is Anticipated Because After The Initial Award Of Each Contract Contract Modifications Will Be Executed For Among Other Things The Incorporation Of Engineering Change Proposals Ecps And The Enabling Of Future Obsolescence Related Upgrades This Announcement Constitutes A Presolicitation Synopsis This Notice Is Not A Request For Proposal It Is A Market Research Tool Being Used To Determine Potential And Eligible Businesses Capable Of Providing The Supplies 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 Eligibility The Product Service Code Psc For This Requirement Is 5865 And The Naics Code Is 334511 Program Background The Sierra Nevada Corporation Snc And Argonst A Boeing Company Are Joint Designers Developers And Integrators Of The Misd Systems Including The Common Chassis The Misd Systems Developed For The P 8A P 8A R Amp D Ep 3 Naval Undersea Warfare Center Nuwc Naval Information Warfare Center Niwc And The Army Utilize Different Variants Of The Common Chassis The Misd Intelligence Multi Int Processing Open Architecture Receiver Chassis A K A Common Chassis Provides Flexible Receiver Capability Through Employing Both Narrow And Wideband Digital Controlled Tuners Field Programmable Gate Array Fpgas And Linux Based General Purpose Processors To Host Sigint Processing Applications Configurations The Common Chassis Can Host Up To Four Tuner Cards And Contains 2 General Purpose Processors And Is A Liquid Cooled 8Ru Sized Rugged Embedded Computing Chassis Radio Frequency Rf Signal Processing Chassis The Sigint Processing Applications Interface To The Chassis Processing Hardware Through The Software Development Kit Sdk Runtime Server And Its Components The Sdk Server Provides An Interface Abstraction Layer And Services For Configuring Managing And Monitoring All Chassis Processing Hardware The Common Chassis Interfaces With Aircraft Crew Stations To Allow Operator Control Of The Tuners To Search For Signals Of Interest The Common Chassis Provides Signal Identification Direction Of Arrival And Data For Analysis Back To The Operators The Common Chassis Also Provides Interfaces To Other Systems Onboard The Host Aircraft Misd Has Developed Integrated And Tested Unique Collection Capabilities And Payloads With Tasking Collection Processing Exploitation And Dissemination Tcped Technologies To A Variety Of Command Control Communications Computer Intelligence Surveillance Reconnaissance And Targeting C4isr Amp T Unmanned Aircraft Vehicles Unmanned Aircraft Systems Uavs Uass Next Generation Manned Aircraft And Supporting Ground Support Stations Gsss As Well As Maintain And Support The Legacy Manned Isr Amp T Aircraft Through Sundown Required Capabilities For Each Of The Five Ordering Periods Planned To Begin During Either Second Or Third Quarter Of Government Fiscal Year 2022 Each Contractor Will Be Required To Fabricate And Deliver Up To 5 Variants Of Units With The Annual Cumulative Quantity Of Units Per Ordering Period Ranging From 0 To 25 Each Unit Is Required To Be Delivered Not Later Than 3 Years After It Is Ordered Since The Government Does Not Possess Sufficient Technical Data Computer Software And Computer Software Documentation That A Contractor Would Require In Order For That Contractor To Fulfill These Planned Requirements Each Contractor Other Than Snc Or Argonst Must Either Team Partner With Snc Or Argonst Or Obtain License S From Snc Or Argonst For The Technical Data Computer Software And Computer Software Documentation Each Contractor Will Be Required To Subcontract With Certain Companies For Certain Components Parts Or Software Each Contractor Shall Provide The Qualified Personnel Material Facilities Equipment Software Testing Benches And Other Supplies To Accomplish 1 The Production And Delivery Of Up To Five Variants Of Common Chassis 2 The Integration Of Common Chassis Into Platforms And Systems 3 Support For And Sustainment Of Common Chassis 4 The Development And Delivery Of Common Chassis Training Supplies And Services And 5 Furnishing Common Chassis Technical Data Each Contractor Shall Provide The Technical Work Management And Processes Required For System Defect Correction Modernization Enhancements And Improvements And Obsolescence Related Upgrades Each Contractor Shall Perform Fleet Support Software Corrections System Production Changes System Subsystem Updates And Incorporation Of Approved Configuration Changes As Previously Stated A Class Of Contract Actions Is Anticipated Because After The Initial Award Of Each Contract Contract Modifications Will Be Executed For Among Other Things The Incorporation Of Ecps And The Enabling Of Future Obsolescence Related Upgrades In Addition To The Requirements Above Please Note That Under A Small Business Set Aside The Small Business Prime Must Perform Work For At Least 50 Percent Of The Cost Of Manufacturing The Supplies Not Including The Cost Of Materials The Small Business Prime Cannot Utilize The Cost Performance Of Other Small Businesses It Utilizes As Subcontractors In Calculating Its Performance To Comply With Far Clause 52 219 14 If The Prime Is A Joint Venture The Cost Of Performance By Both Small Business Concerns Is Utilized In Calculating Its Performance To Comply With Far 52 219 14 Navair Contemplates Utilizing Cost Reimbursement Type Contract Line Items Therefore Interested Parties Will Also Be Required To Have A Government Approved Accounting System Upon Contract Award Submission Details Interested Persons Respondents Other Than Snc And Argonst Must Submit An Unclassified Capability Statement Each Capability Statement Shall Include Address At A Minimum 1 Small Large Business Status A Company Profile To Include Number Of Employees Annual Revenue History Office Location S Duns Number Cage Code And A Statement Regarding Current Small Large Business Status Respondents To This Notice Must Indicate Whether They Qualify As A Small Small Disadvantaged Small Disadvantaged Veteran Owned Small Business Women Owned 8 A Hub Zone Or Service Disabled Veteran Owned Small Business Concern If Claiming Small Business Status Provide An Explanation Of Your Company s Ability To Perform Work For At Least 50 Percent Of The Cost Of Manufacturing The Supplies Not Including The Cost Of Materials 2 Business Due To The Fact That Snc And Argonst Are The Only Entities With Sufficient Technical Data Computer Software Testing Benches And Computer Software Documentation That A Contractor Would Require In Order For That Contractor To Fulfill These Planned Requirements Each Interested Party Other Than Snc Or Argonst Must Include Either 1 A Teaming Agreement Or Equivalent Document Signed By Snc Or Argonst Indicating Agreement To Partner With Or Be A Subcontractor To The Interested Party For The Contemplated Procurement Or 2 A Document Signed By Snc Or Argonst Indicating Agreement To Offer A License To The Interested Party For The Technical Data Computer Software And Computer Software Documentation 3 Execution A Description Of The Technical Approach For Commencing The Effort At The Estimated Award Date Of May 2022 4 Experience A Description Of Previous Awarded Within Last 3 Years Or Current Relevant Contracts 5 Personnel Name Professional Qualifications And Specific Experience Of Key Personnel E G Program Manager S Project Manager S Technical Lead S Etc 6 Facilities Availability And Description Of Facilities And Equipment That Will Be Utilized To Meet Requirements 7 Security A Description Of Facility And Personnel Security Regarding The Handling And Storage Of Classified Information And Hardware 8 Any Other Specific And Pertinent Information As Pertains To This Particular Area Of Procurement That Would Enhance Our Consideration And Evaluation Of The Capability Statement Data Markings In Order To Complete Its Review Navair Must Be Able To Share A Respondent S Information Both Within The Government And With Covered Government Support Contractors As Defined In Dfars Clause 252 227 7013 Rights In Technical Data Noncommercial Items Feb 2014 Any Responses Marked In A Manner That Will Not Permit Such Review May Be Returned Without Being Assessed Or Considered All Submissions Must Include A Statement Which Clearly Allows For The Information To Be Disclosed With Covered Government Support Contractors Interested Parties Are Advised Against Submitting A Capability Statement That Merely Mimics Information In This Notice Provides Brochure Like Information Or Provides General Information Responses To This Notice Are Not To Exceed 20 Pages In Length On 8 5 X 11 Inch Paper With One Inch Margins And Font No Smaller Than 10 Point Times New Roman The Government Requests That Respondents Deliver Responses Electronically Via E Mail In Microsoft Word Or Pdf Format With Proper Data Markings For Unclassified And Proprietary Information Not Later Than The Response Date Indicated On This Notice Classified Material Shall Not Be Submitted All Submissions Should Include This Notice Reference Number Company Name Company Address Cage Code Duns Number And A Point Of Contact Who Is Able To Discuss The Capability Statement Submitted Point Of Contact Information Should Include Name Position Phone Number And Email Address Responses That Fail To Comply With The Above Instructions Or Present Ideas Not Pertinent To Subject May Not Be Reviewed Information Submitted In Response To This Notice Is Submitted At No Cost To The Government And Will Not Be Returned The Government Is Under No Obligation To Provide Responses Or Comments To Information Received From Interested Persons But May Request Additional Information Following Review International Traffic In Arms Regulations Itar If The Respondent Is A Foreign Owned Controlled Or Influenced Foci Concern Or If A Us Respondent Has A Team Member Or Partner Who Is A Foreign Entity Adherence To All Itar Regulations Is Required Responses To This Notice Shall Be Sent Via E Mail To The Government Points Of Contact Listed On This Notice Questions Regarding This Notice Must Be Emailed To The Government Points Of Contact Listed On This Notice Please Do Not Inquire Via Telephone

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail