Sources Sought Notice – LRIP Gallium Nitride Transmit and Receive modules
| Federal Information & News Dispatch, Inc. |
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: LRIP Gallium Nitride Transmit and Receive modules
Classification Code: 58 - Communication, detection, & coherent radiation equipment
Solicitation Number: M67854-14-I-0227
Contact:
Setaside: N/AN/A
Place of Performance (address): MCSC PEO LS2200 Lester Street
Place of Performance (zipcode): 22134
Place of Performance Country: US
Description:
MARCORSYSCOM
SEE ATTACHMENT FOR IMAGE OF FIGURE 2.3-1Notice Type: Sources Sought Synopsis
Date:
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 (RFP) 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
* 1.0 Introduction:
The Ground/Air Task Oriented Radar (G/ATOR) is a single materiel solution for the Multi-Role Radar System (MRRS) and Ground Weapons Locating Radar (GWLR) requirements. It is a three-dimensional, short/medium range multi-role mobile radar designed to detect unmanned aerial systems, cruise missiles, air breathing targets, rockets, artillery, and mortars. Air Defense/Surveillance Radar (AD/SR) G/ATOR Block 1 (GB1) will provide capabilities in the Short Range Air Defense (SHORAD) and Air Surveillance mission areas. Ground Weapons Locating Radar (GWLR) G/ATOR, Block 2 (GB2), will address Counterfire Targeting missions. G/ATOR Block 3 (GB3) is a series of capabilities that will provide technical enhancements to the air missions. The Expeditionary Airport Surveillance Radar (EASR), G/ATOR Block 4 (GB4), will address Air Traffic Control (ATC) missions. GB3 and GB4 capabilities will be defined as part of subsequent G/ATOR acquisition planning. This
* 1.1 Purpose:
This
* 1.2 Objective:
Data submitted in response to this
* 2.0 Background:
<p>The following system description, mission, and key milestones are provided.
* 2.1 Mission:
GB1 supports two distinct mission areas:
* 2.2 Operational Concept:
GB1 provides vital air defense and surveillance capabilities for joint and
As a lightweight, mobile, rapidly deployable and expeditionary
GB2 will acquire threat indirect fire systems at greater range as well as provide greater accuracy, classification and deployability to fully support MAGTF counterfire and counter battery missions. The principal functions of the system will be to detect, track, classify and accurately determine the origin of enemy projectiles. GB2's primary mission is to locate enemy rocket, mortar and artillery weapons and provide acquired enemy locations in a timely manner for counterfire and intelligence purposes. GB2's secondary mission is to adjust or register the fires of friendly artillery units. The system will be forward deployed and, depending on the tactical situation, may be employed in any size MAGTF, ranging from the
* 2.3 Description of Proposed System:
GB1 and GB2 common hardware consists of the
This GATOR system is illustrated in Figure 2.3-1
Figure 2-1 Description of Proposed System
The LRIP units (Lots 3, 4 and 5) transition to GaN primarily focuses on the production configured GaN T/R modules and
* 2.4 Key Notional Events:
The first LRIP Lots 1 and 2 units will be completed and available to the Government beginning in the 3rd Qtr FY16, with all Lots 1 and 2 LRIP units delivered by the 3rd Qtr FY17. The first Lot 3 (GaN) unit is required for Government testing by first quarter of FY18. The overall test schedule strategy is as follows: Lots 1 and 2 will complete OT testing and Lot 3 will complete IOT&E prior to the Full Rate Production Decision in second quarter FY19. The intention is for all FRP units to be of the GaN configuration. The approximate period of performance for Lots 3, 4, and 5 is from
* 2.5 Design, Test and Manufacturing Data:
* 3.0 Requested Information:
Respondents who are interested are requested to provide information that identifies their capability to produce, certify (through testing), deliver and sustain 8 LRIP units (Lots 3, 4 and 5) with production configured GaN T/R modules fully capable of meeting the performance requirements identified in Attachment I and meeting the key notional events as set forth in paragraph 2.4 above.
Note: The attachment has a security classification of For Official Use Only (FOUO). Contractors may submit email requests for copies of the attachment to
* 3.1 Company Capabilities Statement (page limitation 40 pages, preferably less):
Request 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:
In the event the respondent requires a technical development phase prior to producing limited rate production configured GaN units, the respondents are requested to provide a summary of the following:
* 3.1.2.1 The Program Management:
Respondents are requested to provide their plan for a quality management system #_Toc380390069 [resource control], cost and schedule reporting, schedule and manufacturing 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 their systems engineering plan addressing plan addressing documents used in the systems engineering process, technical performance measures modeling and simulation contractor performance specifications, software requirements, preliminary design #_Toc380390139 [, critical design, open architecture/modular/open design, integrated architecture, developmental test equipment, system/subsystem design, hardware/ software test plans], developmental engineering and logistics test support, government testing for cybersecurity, system safety, qualification testing, #_Toc380390100 [product baseline], #_Toc380390101 [functional and physical configuration audits], #_Toc380390105 [delivery of technical data packages], and #_Toc380390106 [configuration management].
* 3.1.2.3 Technology Readiness Level and Manufactuiring Readiness Level:
Respondents are requested to provide their self-assessment as to the Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of their system in accordance with
* 3.1.2.4 Logistics Planning:
Respondents are requested to provide their plans for Interim Contractor Logistics Support (ICLS) planning, maintenance planning, designing for supportability, technical publications, training, human systems integration, item unique identification, corrosion prevention and control and diminishing manufacturing sources and material shortages.
* 3.1.3 Low Rate Initial Production units (Lots 3, 4 and 5) with production configured GaN T/R modules:
Respondents are requested to provide production and manufacturing information that addresses the following:
* 3.1.3.1 Manufacturing Plan:
Respondents are requested to provide their LRIP manufacturing plan identifying the approach for effective fabrication of the product design addressing approved material specifications and availability, production tooling and test equipment development, special tools, special handling, personnel training and certifications, assembly, critical processes and procedures fabrication, manpower loading, subcontractor and vendor delivery schedules, and government-furnished material and data.
* 3.1.3.2 Quality Manufacturing Process:
Respondents are requested to provide their plan for qualifying their LRIP manufacturing process to confirm the adequacy of the production planning, tool design, manufacturing process, and procedures. Respondents are requested to address their approach for reconciling variations between the developer's production engineering approach and the respondent's production engineering approach.
* 3.1.3.3 Defect Control:
Respondents are requested to provide a description of their program to be used to minimize and mitigate high defect rates in the their LRIP manufacturing process to minimize costs increases due to higher rework and scrap costs.
* 3.1.3.4 Subcontractor Control:
Respondents are requested to provide their approach for use and engagement of subcontractors in the manufacture and assembly of the LRIP units. The response should address their organization for managing subcontractors, plans for on-site evaluation of subcontractors, methods for ensuring visibility into subcontractor activities, and plans for program/production readiness reviews, and vendor audits.
* 3.1.3.5 Piece part Control:
To ensure proper identification and use of standard items already in the Military Service logistics system, respondents are requested to provide their plan for piece part control during the manufacture and assembly of the LRIP units, to include provisions for screening of parts (especially mechanical and electrical components, as well as electronic devices).
* 3.1.3.6 Tool Design:
Respondents are requested to provide a detailed tooling plan defining the types and quantities of "hard" or "soft" tooling for each LRIP manufacturing step. The plan should address tool configuration management and calibration and risk reduction measures for mitigating the lack of information between respondent's tool design engineers and manufacturing engineers and developer's tool designers during development.
* 3.1.3.7 Special Test Equipment:
Respondents are requested to provide a Special Test Equipment (STE) plan for supporting the LRIP manufacturing process that tests each LRIP component (or final product) for performance after it has completed in-process tests and inspections, final assembly, and final visual inspection.
* 3.1.3.8 Computer-Aided Manufacturing:
Respondents are requested to identify how they will develop qualified LRIP design "drawing packages, (including drawings related material and process specifications) or Computer-Aided Manufacturing (CAM) data without a common data base between the development contractor and the respondent.
* 3.1.3.9 Manufacturing Screening:</p>
To ensure that the electronics hardware performs on demand, and that possible part type and vendor problems are discovered early, respondents are requested to describe the manner and degree to which they will utilize Environmental Stress Screening (ESS) in the LRIP manufacturing process for stimulating parts and workmanship defects in electronic assemblies and units.
* 3.1.3.10 Risk:
Respondents are requested to provide their plan for risk management and risk mitigation 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.
* 3.1.3.11 Reliability:
Respondents are requested to provide their plan for Reliability and Maintainability and Reliability Growth, including reliability design criteria, procedures and controls, parts quality, reliability predictions, spares reliability, Failure Modes, Effects, and Criticality Analysis (FMECA), and the results of any developmental testing to date.
* 3.1.3.12 Manufacturing Self-Assessment:
Respondents are requested to provide a "self-assessment" of their readiness of their manufacturing capability to produce LRIP units (Lots 3, 4 and 5) with production configured GaN T/R modules at a TRL and MRL of 7 utilizing the OSD MRL Deskbook V2.2,
* 3.1.3.13 Manufacturing Technology:
Respondents are requested to provide their plan for manufacturing process improvement, including the technologies to be introduced into their manufacturing and production operation in the next 5 years.
* 3.1.3.14 Technology Self-Assessment:
Respondents are requested to provide a "self- assessment" of the readiness of the technology they will employ in meeting the "Requirements" (attached). Also respondents are requested to provide the supporting TRL documentation, in accordance with Technology Readiness Assessment (TRA) Deskbook, dated 2009, as an attachment to the Company Capabilities Statement. (no page limit on the supporting documentation.)
* 3.1.3.15 Contractor Logistics Support
Respondents are requested to provide their approach for CLS of the LRIP Lots 3, 4 and 5 units through the end of the LRIP Lot 5 Production contract period of performance. The respondent is requested to address test equipment and test benches, all required organizational and depot level support equipment for material repairs, spare parts and repair parts needed to maintain the G/ATOR LRIP Lots 3, 4 and 5 units and maintenance support of the LRIP Lots 3, 4, and 5 units including factory, on-site and technical support.
* 3.1.3.16 Government Furnished Data, Equipment, and Information:
Respondents are requested to provide a comprehensive identification of the GFE, data, information, specifications and material that would be required to develop, produce and deliver LRIP Lot 3, 4 and 5.
* 3.1.3.17 Technical Data Rights:
Respondents are requested to identify their strategy for ensuring the Government receives Government Purpose data rights for all components and software for which open system architecture is not utilized as a design approach. Additionally, respondents are requested to identify any products or processes developed with independent research and development funding that will or may be used in production certification (through testing), delivery and sustainment of the 8 LRIP units (Lots 3, 4 and 5) with production configured GaN T/R modules.
* 3.2 Cost and Schedule:
Respondents are requested to provide an estimate of Acquisition Production Unit Cost (APUC) based on of the Lot 3, 4 and 5 quantities and provide a risk assessment of the probability of meeting the key notional event dates with fully integrated GB1 and GB2 system that meets operational requirements.
* 4.0 Responses:
* 4.1 Response Format:
Interested businesses which believe they are capable of providing LRIP GaN units with production configured GaN T/R in accordance with the Attachments I and II 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:
Point of contact:
703-432-5077
mailto:[email protected]
703-432-5081
mailto:[email protected]
Link/URL: https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-14-I-0227/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 3494 |



Advisor News
- Addressing the ‘menopause tax:’ A guide for advisors with female clients
- Alternative investments in 401(k)s: What advisors must know
- The modern advisor: Merging income, insurance, and investments
- Financial shocks, caregiving gaps and inflation pressures persist
- Americans unprepared for increased longevity
More Advisor NewsAnnuity News
- Globe Life Inc. (NYSE: GL) Making Surprising Moves in Monday Session
- Aspida Life and WealthVest Offer a Powerful New Guaranteed Income Product with the WealthLock® Income Builder
- Lack of digital tools drives wedge between insurers, advisors
- LIMRA: Annuity sales notch 10th consecutive $100B+ quarter
- AIG to sell remaining shares in Corebridge Financial
More Annuity NewsHealth/Employee Benefits News
- GLP-1s: Rewriting the relationship between pharmacy benefits and stop-loss
- Studies from Denise Wolff et al Have Provided New Data on Atopic Dermatitis (AMCP Market Insights: Beyond skin deep on the role of managed care in moderate to severe atopic dermatitis): Skin Diseases and Conditions – Atopic Dermatitis
- New Clinical Trials and Studies Findings from RAND Corporation Described (Benefit design and consumer information: results from a randomized trial): Clinical Research – Clinical Trials and Studies
- School, BOCES healthcare costs up 22%, here’s why
- Healthcare cuts threaten Sullivan's reelection chances in Alaska
More Health/Employee Benefits NewsLife Insurance News
- 3 ways AI can help close the gap for women’s insurance coverage
- Best’s Market Segment Report: AM Best Revises Outlook on Italy’s Life Insurance Segment to Stable From Negative
- Globe Life Inc. (NYSE: GL) Making Surprising Moves in Monday Session
- Dan Scholz to receive NAIFA’s Terry Headley Lifetime Defender Award
- Best’s Special Report: US Property/Casualty and Health Insurers Exceed Cost of Capital; Life Insurers Narrowly Miss
More Life Insurance News