News

Mounted A-PNT and Anti-Jam Antenna system

Type of document: Contract Notice
Country: United States

Mounted A-PNT and Anti-Jam Antenna system

Agency:
Department of the Army

Official Address:
6001 COMBAT DRIVE Aberdeen Proving Ground MD 21005-1846

Zip Code:
21005-1846

Contact:
Brian Holman, Contract Specialist, Phone 4438614765, Email Brian.J.Holman2.civ@mail.mil тАУ Jennifer L Mattessino, Contracting Officer, Phone 4438614772, Email jennifer.l.mattessino.civ@mail.mil

Link:

Date Posted:
06/06/2017

Classification:
A

Contract Description:

INTRODUCTION

The Army Contracting Center- Aberdeen Proving Ground, MD is issuing this request for information (RFI) as a means of conducting market research to identify potential sources having an interest in and having industry technologies available to develop an integrated Positioning, Navigation, and Timing (PNT) capability for mounted platforms that uses a military global positioning system (GPS) receiver; is able to incorporate M-code technology when available; significantly improves access to GPS signals in all conditions; utilizes non-GPS augmentation to continue GPS-like performance when GPS signals are not available; minimizes size, weight, power, and cost (SWAP-C); ensures the PNT solution is trustworthy; distributes the generated PNT information to multiple client systems on mounted platforms; and minimizes the integration and logistics costs, as well as, the ability of industry to provide an Anti-Jam Antenna system that provides enhanced access to GPS signals in challenged environments.

The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this RFI, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

DISCLAIMER

THIS IS A RFI ONLY. THIS REQUEST DOES NOT CONSTITUTE A SOLICITATION OR A REQUEST FOR PROPOSAL (RFP) 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

Assured PNT (A-PNT) is a critical Army capability. The Army has highlighted current and projected shortfalls in the ability to assure unhindered access to trusted PNT. These shortfalls directly affect the ability of the Army to conduct united land operations. The inability of Army forces to access PNT degrades the ability to execute critical tasks. PNT information enables Commanders to position forces and navigate across the operational environment. Communication networks, fires, and mission command systems require operational PNT which contribute to successful joint operations in the land, air, maritime, space, and cyberspace domains.

The A-PNT program will employ a system of systems (SoS) architecture that focuses on conservation of SWAP-C for dismounted and mounted platforms, the ability to protect access to PNT, platform PNT distribution efficiency, and the ability to manage PNT modernization at the platform level. The program strategy is based on the development of interdependent systems that provide the required capability including: a mounted A-PNT system that supports mounted platform-based clients; a dismounted A-PNT system that supports soldier-based clients; an anti-jam antenna system that provides mounted systems enhanced access to GPS signals in challenged environments; and, pseudolites that provide area protection for mounted and dismounted A-PNT systems.

This RFI has been released to gather information on industryтАЩs ability to develop mounted A-PNT and anti-jam antenna system materiel solutions only.

EMERGING REQUIREMENTS

The U.S. Army is interested in understanding the available capabilities of industry to develop an integrated PNT capability for mounted platforms that тАУ uses a military GPS receiver; is able to incorporate M-code technology when available; significantly improves access to GPS signals in all conditions; utilizes non-GPS augmentation to continue GPS-like performance when GPS signals are not available, minimizes SWAP-C; ensures that the PNT solution is trustworthy; distributes the generated PNT information to multiple client systems on mounted platforms; and minimizes the integration and logistics costs, as well as, the ability of industry to provide an anti-jam antenna system that provides enhanced access to GPS signals in challenged environments.

The mounted A-PNT system may be employed worldwide in hostile environments in a variety of terrain and climatic conditions to ensure the ability of Army forces to obtain and trust PNT while operating in conditions that impede or deny access to GPS signals. This includes operating in dense vegetation, built-up urban and mountainous terrain, and in the presence of enemy jamming and spoofing of GPS signals. The mounted A-PNT system is envisioned to use GPS signals and achieve additional integrity from the fusion of multiple non-GPS sensors (non-GPS augmentation) to provide trusted PNT data, allowing the mounted A-PNT client systems to operate in GPS degraded or denied environments. The system will use a military receiver with the capability of receiving pseudolite signals to provide additional protection in challenged/contested environments. The Army has determined that mounted A-PNT system users will operate in various levels of degradation or denial and based on the expected threat. The mounted A-PNT system will have varying levels of protection to meet the required accuracy and integrity requirements тАУ systems in units expected to face the most GPS challenges will be fielded with anti-jam antenna systems to provide GPS signal protection on the platform or have access to pseudolites, which emit a stronger GPS-like signal that provides position and timing in these severely challenged environments. The majority of the mounted A-PNT systems will only have internal sensors in addition to the military receiver to support PNT requirements in times where GPS is degraded or denied.

The anti-jam antenna system removes incoming interference to enable continuous GPS signal acquisition and tracking by the mounted A-PNT system in a navigation warfare (NAVWAR) environment. Various anti-jam antenna designs will be considered тАУ including for example, a federated applique, an integrated applique, an integrated anti-jam antenna/GPS receiver, and/or software-based processing. However, the anti-jam antenna shall be able to meet the performance and SWAP-C requirements needed to operate in challenging NAVWAR environments on many different platforms while minimizing logistics complexities.

Please note that the mounted A-PNT and anti-jam antenna efforts may be combined to maximize synergy and expand the alternatives for meeting the overall A-PNT performance requirements.

In addition to the capability questions listed below, a classified supplement to this RFI contains emerging requirements and additional questions. Instructions for submitting responses to the capability questions listed below, and for requesting the classified supplement, are contained in the section on submission details.

SPECIAL REQUIREMENTS

Any resulting contract is anticipated to have performance requirements at the Secret security classification level. Interested sources shall be approved by the Defense Security Service for safeguarding and storage of Department of Defense (DoD) Secret classified information no later than the RFP release. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with Defense Federal Acquisition Regulation Supplement clauses 252.225-7008 and 252.225-7009.

ELIGIBILITY

The applicable NAICS code for this requirement is 334220 with a small business size standard of 1,250 employees. The Product Service Code is AC63.

SUBMISSION DETAILS

Interested sources may only provide one (1) submission per CAGE code. Interested sources may submit multiple capabilities within one (1) submission. Additional capabilities must be provided within the confines of the page limits provided below. If a company has different business sectors which hold different CAGE codes, each sector can provide a submission. In addition, each CAGE code must provide separate facility clearance documentation. No phone or email solicitations with regard to the status of any future/potential RFP will be accepted prior to its release.

Capability Questions: Responses to the capability questions listed below shall be submitted electronically to the Contracting Officer, Mrs. Jennifer Mattessino, Jennifer.L.Mattessino.civ@mail.mil, and Contract Specialist, Mr. Brian Holman, Brian.J.Holman2.civ@mail.mil, no later than no later than 4:00PM eastern standard time June 30, 2017 and reference this solicitation number in the subject line of the electronic mail.

Responses to the capability questions listed below shall not exceed 20 pages and shall be sectioned as described below. Pages containing text shall be typewritten on standard letter 8.5тА│x11тА│ size paper. Responses to each section shall be sequentially numbered to correspond with the questions for each package. Paragraphs shall be separated by at least one (1) blank line. Drawings or other graphics shall be reduced only to the extent that legibility is not lost. Each page shall be single spaced with a minimum of a 12-point Times New Roman font and no less than one (1) inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Times New Roman font and may be landscape and will be included in the maximum page count.

All information and materials that are marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request will not be returned.

Administrative Information:
a. Company Name
b. Mailing Address and Website
c. CAGE Code
d. For NAICS 334220 (size standard of 1250 employees), indicate your business size including all subcategories of small business that are applicable (large business, small business, small-disadvantaged, 8(a), woman-owned, veteran-owned, service disabled veteran-owned, HUBZone)
e. DUNS number
f. Location of facility(s)
g. Is your company foreign owned, either directly or indirectly? If so, what is the country of origin and is the company fully or partially owned?
h. Person Responding to RFI:
1. Name
2. Title
3. Company Responsibility/Position
4. Telephone Number
5. Email Address

Capability Questions

Performance:

Specific performance questions regarding both Mounted A-PNT and Anti-Jam Antenna systems are contained in the classified supplement.

SWaP (Answer for Mounted system only):

1. What are the benefits and/or drawbacks to moving to high volume serial and/or Ethernet connectors to reduce the total number of external connections while maintaining flexibility to serve multiple clients? What design, operational, and/or maintenance implications or challenges would you anticipate with using high volume connectors?

Receiver Technology (Answer for Mounted system only):

2. Given the requirement for GPS receiver technology to be developed in тАЬTrusted FoundriesтАЭ, do you have any concerns regarding M-Code card availability?

Interface/Interoperability (Answer for Mounted system only):

3. How would you leverage a common Application Program Interface to allow application(s) to be developed for plug-and-play integration with external U.S. Army systems, such as Joint Battle Command тАУ Platform/Mounted Computing Environment software to support functions (e.g., interface/configuration, display, training, alerts, etc.)?

4. The Mounted A-PNT system will be connected to clients that have different security classifications. How would you propose to distribute PNT data to both classified and unclassified clients residing on a single platform?

Production (Answer for Mounted and Anti-Jam Antenna systems):

5. Mounted A-PNT and the Anti-Jam Antenna systems may be contracted together for the Engineering and Manufacturing Development (EMD) acquisition phase. Do you have the capability to produce both systems? If not, would you partner with another company to interface these two products? What approach would you take if partnering with another company? If you can produce both systems, how would you interface both together?

6. Describe your manufacturing and production capabilities and recent experience with building, testing, and producing similar devices. Would you expect to produce the devices in-house, or do you expect to sub-contract to a production facility? Describe your abilities to ramp up to a full rate production scenario and to handle surge requirements.

Schedule (Answer for Mounted and Anti-Jam Antenna systems):

7. What is a realistic time to have engineering development models (EDMs) available after contract award to support testing? How many EDMs would you expect to be able to build monthly to support testing?

8. Do you foresee any potential schedule delays in building devices during an EMD or Production and Deployment phases due to the scarcity, health of the industrial base, or long lead nature of components/subcomponents? If so, what are the components and potential impacts?

Testing (Answer for Mounted and Anti-Jam Antenna systems):

9. Describe your experience and capabilities for performing system-level testing of end-items of equivalent capability and complexity of these systems.

Logistics (Answer for Mounted and Anti-Jam Antenna systems):

10. Would you consider offering build-to-print data rights that would enable competitive production? Would you consider offering government-purpose rights to allow transition to government organic repair and software sustainment? If not, what data rights would you be willing to consider? How would you suggest minimizing logistics costs and maximizing competition during full rate production?

11. Identify your companyтАЩs experience in developing Army Training, Operator, and Maintainer Technical Manuals.

12. Would you plan to offer a warranty for these systems? For what time period(s)? If yes, how would you plan to perform warranty repairs and what timelines would be proposed for repair and return?

13. Identify your companyтАЩs experience with incorporating reliability, availability, and maintainability considerations into military equipment designs.

14. Do you expect the product to require preventative maintenance? If so, please describe.

15. What is your expected sparing strategy? Is there a model used to determine optimal sparing?

16. Do you have a formal surveillance program? If yes, please describe.

17. Does your company have experience in performance-based logistics and/or depot partnership programs? If yes, on approximately how many products?

Cost (Answer for Mounted A-PNT system only)

18. What are your ROM prototype unit costs at a quantity of 1,000 Mounted A-PNT systems (without M-code and without AJAS)?

19. What is the step-down factor from prototype to procurement at a quantity of 1,000?

20. Identify any GFE included in the prototype and production cost estimates above.

Anti-Jam Antenna System Only:

21. What features can be incorporated to reduce the impact of multi-path effects? Are any of these currently incorporated into your Anti-Jam Antennas?

22. What features can be incorporated to reduce the impact of co-site interference? Are any of these currently incorporated into your Anti-Jam Antennas?

23. What is the delay of received signals through your antenna(s)? Is this delay constant? If not can it be calibrated and compensated for?

24. Is there any additional information regarding anti-jam antenna technology you would like to share?

Instructions for Requesting the Classified Supplement: Interested sources with the appropriate facility and personnel security clearances can request a copy of the classified supplement to this RFI. To request a copy of the classified supplement, the following information must be submitted electronically to the Contracting Officer, Mrs. Jennifer Mattessino, Jennifer.L.Mattessino.civ@mail.mil, and Contract Specialist, Mr. Brian Holman, Brian.J.Holman2.civ@mail.mil, no later than June 7, 2017 and reference the solicitation number in the subject line of the e-mail.

DO NOT SUBMIT CLASSIFIED MATERIAL WITH THE INITIAL EMAIL REQUEST FOR THE CLASSIFIED SUPPLMENT:

Administrative Information:
a. Company Name
b. Mailing Address and Website
c. CAGE Code
d. For NAICS 334220 (size standard of 1250 employees), indicate your business size including all subcategories of small business that are applicable (large business, small business, small-disadvantaged, 8(a), woman-owned, veteran-owned, service disabled veteran-owned, HUBZone)
e. DUNS number
f. Location of facility(s)
g. Is your company foreign owned, either directly or indirectly? If so, what is the country of origin and is the company fully or partially owned?
h. Objective evidence of being a DoD contractor
i. Preference to receive a classified hard copy or classified compact disc

Person Responding to RFI:
a. Name
b. Title
c. Company Responsibility/Position
d. Telephone Number
e. Email Address

Facility Security:
a. Facility Clearance Level
b. Facility Security Officer name, phone number, email address
c. SMO Code
d. VendorтАЩs ability to store and process classified information
e. Classified mailing address for inner envelope
f. Name of individual on inner envelope (also see Personnel Clearance (PCL) requirement below)
g. Address for the outer mailing envelope

PCLs for name on inner package:
a. Preferred method is Joint Personnel Adjudication System (JPAS). For each JPAS field, use the instructions below:
1. SMO Code: W4GVAA-52
2. Reason for visit: select тАЬotherтАЭ
3. Visit Access: select тАЬSECRETтАЭ
4. First Day of Visit: enter request date
5. Last Day of Visit: enter request date plus 90 days
6. POC: enter this solicitation number
7. POC Phone: enter тАЬ443-395-1047тАЭ

b. If JPAS is unavailable, the alternative method is Visit Access Request (VAR)
1. VAR shall be used to verify clearance for personnel receiving classified information.
2. VAR shall be submitted on the organization/company letterhead
3. Personnel cannot verify their own security clearance or approve their own visit request.
4. VAR shall be e-mailed to Program Manager, Positioning, Navigation, and Timing (PM PNT) Security at usarmy.apg.sosei.mbx.pm-pnt-security@mail.mil
5. The following information shall be included in the request:
a. Name (full name тАУ Last, First, MI)
b. Grade/Rank/Position
c. Social Security Number
d. Date and Place of Birth
e. Citizenship
f. Date of request
g. Duration = 90 days
h. Purpose of visit: list this solicitation number
i. Level of Clearance and Issuing Agency (required for non-DoD agencies only тАУ if no clearance state NONE)
j. Date security clearance granted (required only if cleared)
k. Type of security investigation (required only if cleared)
l. Date investigation completed (required only if cleared)
m. Company name
n. Company address
o. Company telephone number
p. Signature block and signature of Security Officer.

Upon receipt of this information, approved sources will receive a package delivered by the United States Postal Service containing the classified supplement on a compact disc or hard copy (depending on choice from above). Responses to the questions in classified supplement shall be entered on the respective compact disc or hard copy and returned to the PM PNT security office no later than July 14, 2017. The classified inner address and unclassified outer addresses for PM PNT security will be provided with the package.

The response to classified supplement shall not exceed 10 pages. The response shall be sectioned as described below. Pages containing text shall be typewritten, on standard letter 8.5тА│x11тА│ size paper. The response shall be sequentially numbered to correspond with the questions. Paragraphs shall be separated by at least one (1) blank line. Drawings or other graphics shall be reduced only to the extent legibility is not lost. Each page shall be single spaced with a minimum of 12-point Times New Roman font and no less than one (1) inch margins/borders. Any table or graphic shall utilize a minimum of 10-point Times New Roman font and may be landscape and will be included in the maximum page count.

All information and materials that are marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request will not be returned.

Response Date:
063017

Sol Number:
W56KGY-17-R-MOUNTED-AJAS

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy