The RFP Database
New business relationships start here

AN/SPN-35C LSUP Block 2 Antenna Replacement


New Jersey, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION

Package Name: AN/SPN-35C LSUP Block 2 Antenna Replacement


PSC Code: K059 - Modification of Equipment: Electrical and Electronic Equipment Components


NAICS Code: 334511 - Air Traffic Control Radar Systems and Equipment Manufacturing


This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD), Air Traffic Control and Landing Systems Division (AD-4.11.7) has a requirement to integrate the X-Band (9.0 - 9.16 GHz) phased array or electrically scanned/steered system hardware and software into an existing Navy shipboard precision approach air traffic control system with the goal being to replace a dual antenna system.
This RFI is issued as part of a procurement strategy for the Program Executive Officer (PEO) Tactical Aircraft Systems (T), Naval Air Traffic Management Systems Program Office (PMA-213) AN/SPN-35C Landing Systems Upgrade Program (LSUP) Antenna Replacement. This procurement includes the development, integration, and systems checkout for phased array shipboard radar systems. Information, such as facility size and capacity, to support integration services for approximately fifteen (15) units and any subsystems for assembly and delivery to installation sites from mid-calendar year 2022 through the end of calendar year 2024. The end-item of this effort is expected to be designated the AN/SPN-35E. PMA-213/AD-4.11.7 is the Lead System Integrator (LSI) for the LSUP, leading a team of multiple contractors and expects the original equipment manufacturer (OEM) to provide direct support to the Navy by addressing the following core areas related to this RFI:


1. Feasibility Assessment.


Please provide an assessment of the feasibility of developing, qualifying, manufacturing, integrating, and installing a phased array/electrically steered/scanned radar system aboard United States Navy ‘L-Class' ships to serve as replacements for the extant antennas and stabilization system.
2. Solution Technology Readiness Level.


Please provide an assessment of the solution's technology readiness level (TRL) along with documented unclassified use of the system along with references. Given the Navy's LSUP schedule, a high TRL, no lower than TRL 7, is desired. This level of technical readiness applies to all system components; the Navy is not interested in developing system elements in order to get the system to TRL 7 or better.
3. Notional Schedule.


Please provide a schedule that identifies the key milestones required to deliver production representative units for the test and evaluation phase of this effort.
4. Cost estimate.


Please provide a top-level description including estimated materials and man-years required to arrive at the delivery of production-representative units suitable for engineering and manufacturing development (EMD) testing and system-level environmental, electromagnetic interference, and MIL-STD-901E Class A shock testing.
Figure 1 illustrates the architecture for the AN/SPN-35E. The Antenna Group shall work with the Unit 2 subsystem via the extant digital fiber optic Ethernet interface without interface modifications.
Please provide an estimated cost for this effort.
5. Experience.


Please provide your company's experience in developing and fielding electrically scanned/steered/phased array RADAR systems for use in harsh environments aboard military platforms. Please provide unclassified information documenting this experience along with references.


RESPONSES


Requested Information


Section 1 of the response shall provide administrative information and shall include the following as a minimum.
̶ Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.
̶ Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).
Section 2 of the response shall provide technical information, and shall include the following as a minimum.
̶ Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.
̶ Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.
̶ If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.
̶ The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.
̶ Respondents should include a list of authorized distributors.


ADDITIONAL INFORMATION


The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.


In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.


The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.


Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.


HOW TO RESPOND


Interested parties shall respond within forty-five (45) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than 01 April 2019 to Lauren Clemmens at Lauren.clemmens1@navy.mil.


Lauren Clemmens, Contract Specialist, Phone 7323232026, Email lauren.clemmens1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP