Modification to a Previous Presolicitation Notice – Ground/Air Task Oriented Radar GaN Transition Phase II
Federal Information & News Dispatch, Inc. |
Notice Type: Modification to a Previous Presolicitation Notice
Posted Date:
Office Address:
Subject: Ground/Air Task Oriented Radar GaN Transition Phase II
Classification Code: 58 - Communication, detection, & coherent radiation equipment
Solicitation Number: M67854-14-I-0229
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 22134
Place of Performance Country: US
Description:
MARCORSYSCOM
NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this
1.1 Purpose: This RFI constitutes market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and is not a Request for Proposal (RFP). The
1.2 Objective: Data submitted in response to this
2.0 Background: The following system description, mission and key milestones are provided:
2.1 Mission: GB1 supports two distinct mission areas: short-range air defense (SHORAD) and air surveillance
2.2 Operational Concept: GB1 provides vital air defense and surveillance capabilities for joint and
As a lightweight, mobile, rapidly deployable, and expeditionary
2.3 Description of System: GB1 hardware consists of the
This GATOR system is illustrated in Figure 2.3-1
(Figure 2.3-1 can be viewed in the attached sources sought synopsis)
Figure 2.3-1 Description of System
The GB1 LRIP units' (Lots 3, 4 and 5) transition to GaN primarily focuses on the production configured GaN Transmit/Receive modules and
2.4 Key Notional Events: The first GaN LRIP contract is projected to be awarded 3rd Qtr FY2016. The first Lot 3 unit is required for Government testing by third quarter of FY 2018. The anticipated IOC for Lot 3 is fourth quarter FY 2019. The total anticipated quantity of production units is currently projected to be 45 of which 39 are anticipated to be produced to include GaN technology.
2.5 Design, Test and Manufacturing Data: <org value="NYSE:NOC" idsrc="xmltag.org">Northrop Grumman was competitively awarded the G/ATOR Block I Engineering, Manufacturing & Development (EMD) contract in
3.0 Requested Information: Respondents who are interested are requested to provide information that identifies their capability to incorporate GaN HPA technology into the existing Government provided G/ATOR EDM. The modified EDM must continue to meet the Attachment I G/ATOR Performance Specification and be suitable for entering Low Rate Initial Production. Respondents must also demonstrate cost savings through the ability to reduce the number of modules required. Hardware modifications shall be limited to the G/ATOR T/R Modules, their associated power supplies and those required to terminate any unpopulated T/R module sites. Software modifications should be limited to only those required for the technology insertion. The identified GaN HPA technology must be previously demonstrated with the results of the demonstration documented and included in the response to this
Note: The attachment has a security marking of "For Official Use Only" (FOUO). Contractors may submit email requests for a copy of the attachment to
3.1 Company Capabilities Statement (page limitation up to 40 pages, but preferably less): It is requested that interested businesses submit to the Contracting Officer a brief capabilities statement addressing the following:
3.1.1 Company Profile: Respondents are requested to provide the company name; company address; company business size; point-of-contact (POC) name, phone number, fax number, and e-mail address; and company profile to include number of employees, annual revenue history, annual financial report, office location (s), Data Universal Number System (DUNS) number, and business classification (i.e., large, foreign, small disadvantaged, veteran owned, minority owned, etc.).
3.1.2 Engineering and Development Plan: Respondents are requested to provide draft Engineering and Development plans and assessments for engineering, developing, testing and supporting a fully developed and successfully tested Government Provided GB1 EDM, modified to a Gallium Nitride High Power Amplifier (GaN HPA) technology, suitable for entering Low Rate Initial Production.
3.1.2.1 Program Management: Respondents are requested to provide a draft plan for a quality management system resource control, cost and schedule reporting, schedule planning, risk management, the use of Integrated Product Teams (IPTs), system security, and contract deliverable management.
3.1.2.2 System Engineering: Respondents are requested to provide a technical overview of the systems engineering process and capabilities to be used in the design, development, fabrication and testing required to meet the scoped identified in this
3.1.3 Risk: Respondents are requested to provide a draft set of risks associated with this effort and a summary of proposed risk mitigation as a result of the absence of the communication between the respondent's production/manufacturing engineering and the developer of the Engineering Development Model (EDM) during the design process.
3.1.4 Technology and Manufacturing Self-Assessment: Respondents are requested to provide a "self- assessment" of the readiness of the technology and its manufacturing to be employed in meeting the requirements of Attachment I. Also respondents are requested to provide the supporting Technology/Manufacturing Readiness Level (TRL and MRL) documentation, in accordance with Technology Readiness Assessment (TRA) Deskbook, dated 2009, and the DoD Manufacturing Readiness Assessment (MRA) Deskbook dated
3.1.5 Technical Data Rights: Respondents are requested to identify their strategy for ensuring the government receives unlimited data rights for all components and software for which open system architecture is not utilized as a design approach. 3.2 Cost and Schedule: Respondents are requested to provide an estimate of Acquisition Production Unit Cost (APUC) based on a production run of 39 LRIPs and provide a risk assessment of the probability of meeting the key notional event dates.
4.0 Responses:
4.1 Response Format: Interested businesses which believe they are capable of modifying a Government Provided GB1 EDM to incorporate Gallium Nitride High Power Amplifier (GaN HPA) technology, in accordance with Attachment I capability, are invited to express their interest by responding to this
4.2 Proprietary Markings: Please be advised that any proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this
4.3 Submission Requirements: Responses shall be submitted electronically via e-mail to
4.4 Questions: Questions or comments regarding this notice may be addressed to
4.5 Response Deadline and Submissions: Responses are requested no later than
4.6 Contracting Office Address: M67854
Points of contact(s):
Link/URL: https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-14-I-0229/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 2314 |
Amendment to Combined Synopsis/Solicitation – 58– HF / VHF Comms Equipment Radio System
Amstar Acquires Iconic Zlota 44 Residential Tower in Warsaw, Poland
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News