United States - Ground Replay System Engineering Tool for ASW
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 17 May 2019
- Opportunity publication date
- 03 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 02, 2019 2:24 pm
Introduction
The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland announces its intention to seek all vendors interested in the procurement of continued development of software/hardware and improvements of the Ground Replay System engineering tool to support new Air Anti-Submarine Warfare (ASW) capabilities in expanding coherent processing and displays to provide a Multi-static Active Coherent (MAC) Post Flight Analysis (PFA) capability on Maritime Patrol Reconnaissance Aircraft. In addition, this contract seeks to propose, refine, and enhance the algorithms used in the waveform-dependent MAC signal processing chain and to include newly engineered sonobuoys.
Interested parties may identify their interest and capability to respond to the requirement no later than (15 days after Sources Sought Notice Date).
Place of Performance
Location
% On-Site
Government
% Off-Site
Contractor
Patuxent River, MD
10%
90%
DISCLAIMER
"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY."
PROGRAM BACKGROUND
The Multi-static Active Coherent (MAC) system represents a new tactical phase in Anti-Submarine Warfare (ASW) community. Along with the current MAC system, NAVAIR is introducing expanded MAC enhancements with new concurrent capabilities requiring extensive PFA functionality. Air ASW effectiveness relies on effective and timely post-mission analysis and report generation. The Ground Replay System (GRS) engineering tool has effectively provided the sustained PFA ability to replay MPRA mission data.
This requirement is a follow-on procurement to contract N00019-15-C-0037 currently being performed by Raytheon BBN Technologies, Inc. The existing contract is Cost Plus Fixed Fee type. This contract is due to expire 30 May 2020.[HKMCP(P21]
A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Top Secret" Facility Clearance.
ELIGIBILITY
The applicable NAICS code for this requirement is 541512 [HKMCP(P22] with a Small Business Size Standard of $25.5 M. The Product Service Code is AC64. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
Requirements: PMA-264 has a requirement for product development of the Ground Replay
System (GRS) engineering tool, which is used for high-fidelity mission
reconstruction of P-8A sorties. It is essential that the software algorithms
and display implementations remain in alignment with the Air Anti-Submarine
Warfare (ASW) platforms as well as backwards compatible across previous P-8A
aircraft product releases. These requirements are in support of Maritime
Patrol and Reconnaissance Aircraft (MPRA) Post-Flight Analysis (PFA)
research, development, and engineering capabilities.
These efforts will include design, development, test, evaluation,
installation, and integration of new GRS product releases, participation in
Airborne (Air) Anti-Submarine Warfare (ASW) platform scientific testing and
development efforts, off-site field testing for Research & Development
(R&D), Developmental Test (DT) and Operational Test (OT)), post-mission data
analysis, user training, and development of GRS Fleet training programs,
documentation, and analysis.
The primary objective focuses on expanding the GRS engineering tool to
support new Air ASW capabilities in expanding coherent processing and
displays required for a Multi-static Active Coherent Enhancements (MAC-E) PFA capability. Within the broader signal
processing objective, the primary goal is to improve target detection and
reduce clutter in Air ASW systems. Furthermore, special emphasis will be
placed on assessing and transitioning the selected APB algorithms proposed
by Naval Air Systems Command (NAVAIR) and developed by industry as a Rapid
Capability Insertion (RCI).
SUBMITTAL INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 pt. font minimum) demonstrating ability to perform the services listed in the SOW. This documentation must address, at a minimum, the following:
•(1) Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact (POC) with current telephone number, a brief description of how the contract referenced relates to the services described herein;
•(2) A company's ability to be compliant with SEI Capability Maturity Model (CMMI) Level II with regard to software development and system integration (hardware, software, testing, project management);
•(3) Company cage code;
•(4) Resources available such as corporate management and currently employed personnel to be assigned tasks under this effort to include professional qualifications, specific experience of such personnel, and ability to have personnel located at the sites specified;
•(5) Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and
•(6) Provide documentation of the company's ability to begin performance without delay upon contract award projected on 01 June 2020. Estimated Period of Performance is 60 months.
The capability statement package may be sent by mail to Stephanie Teague (AIR 2.3.2.5.3) Naval Air Systems Command, 47123 Buse Road, Bldg 2272, Rm. 155, Patuxent River, MD 20670, or by email to stephanie.teague@navy.mil. Submissions must be received at the office cited no later than 2:00pm Eastern Time on (15 days from release of Sources Sought Notice) Questions or comments regarding this notice may be addressed to Stephanie Teague via email stephanie.teague@navy.mil
All responses must include the following information: Company Name, Cage Code, Address; Company business size under NAICS Code 541512; and POC name, phone number, fax number, and email address.
RBC, Inc. provides Contractor Support Services (CSS) to PMA-264. RBC employees will help form the requirements and RBC therefore will not be allowed to bid on the GRS Engineering Tool Enhancements at either the prime or sub level.
- Opportunity closing date
- 17 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Navy NAVAIR HQ United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.