The RFP Database
New business relationships start here

Duke Family of Systems (FoS) Production and Sustainment RFI


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

DEPARTMENT OF THE ARMY
Duke Family of Systems (FoS) Production and Sustainment
Request For Information


GENERAL INFORMATION


Document Type: Sources Sought
Solicitation Number: W56KGY-17-R F079
Posted Date: April 5, 2019
Response Date: April 22, 2019
Classification Code: 58 - Communication, detection, & coherent radiation equipment
NAICS Code: Computer and Electronic Product manufacturing/334511 - Search, Detection, Navigation Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Set Aside: N/A


CONTRACTING OFFICE ADDRESS


Agency: Department of the Army
Office: Army Contracting Command
Command Location: ACC - APG (W56KGY) Division C
6565 Surveillance Loop
Aberdeen Proving Ground, Maryland 21005-1846 United States


DESCRIPTION


THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. No formal solicitation package is available. The Market Research Solicitation Number W56KGY-17-R-F079 has been assigned for reference purposes only and does not constitute a solicitation for bids or proposals. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government.


Interested parties may identify their capability to meet all or portions of the requirements by submitting: A white paper, technical data, qualification and certification test data, logistics documentation and/or past performance data. Data must be provided to this office not later than 5:00 PM Eastern Standard Time on April 22, 2019. Only responses received by this date will be considered.


The US Army Contracting Command (ACC) at Aberdeen Proving Ground (APG), Maryland and Product Director Electronic Attack (PdD EA) are conducting market research. The purpose of this market survey is to identify parties qualified and interested in becoming the prime contractor for this effort. A demonstration of knowledge and experience with the Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) and EW systems described below is necessary in order to adequately respond to this RFI.


REQUIREMENTS


PdD EA anticipates a requirement for production, sustainment, and services of the following Duke systems and their assorted variants:


a. AN/VLQ-12(V)4 (Duke V4), consisting of one Primary Unit (PU) RT-2024/U (with commercial GPS) or RT-2040/U (with GB-GRAM GPS)
b. AN/VLQ-12(V)5 (Duke V5), consisting of one PU RT-2024/U or RT-2040/U, and one Secondary Unit (SU) RT-1950
c. AN/VLQ-12(V)5 Sabre Fury variant on the Fire Support Team Cross Domain Expansion (FIST X) vehicle (formerly CMIC EW Vehicle)
d. Sabre Fury on Electronic Warfare Tactical Vehicle (EWTV) variants
e. Sabre Fury on other tactical vehicles
f. AN/FLQ-15(V)3 Ground Auto Targeting Observation Reactive (GATOR) V3 Jammer


The Duke V4, Duke V5, and Sabre Fury are programmable software defined ground Electronic Warfare (EW) systems that will provide sensing and an electronic response to signals of interest. The GATOR V3 system is a capability designed to provide EW support in a fixed site configuration.


The Duke FoS provides Offensive and Defensive Electronic Attack (OEA/DEA), as well as EW support to protect vehicles, convoys, and military installations from EW threats. These systems may operate individually and/or in networked, mixed fleet, configurations to support a variety of ground EW missions, to include counter-Command and Control (C2) operations.


Efforts under this requirement will support the above systems and any future variants, ancillary items, Basic Issue Items (BII), Components of End Item (CoEI), Associated Support Items of Equipment (ASIOE), etc. and may include:


a. Hardware
b. Product Support Management
c. Procurement
d. System Troubleshooting and Repair
e. Automated Testing (including Environmental Stress Screening)
f. Engineering and Software Support Services
g. Maintenance Planning and Management
h. Materiel Maintenance
i. Logistics
j. Worldwide Field Service Support
k. Supply Support
l. Spares and Repair Parts
m. Support Equipment Procurement
n. Hardware and Software Technical Data Maintenance and Procurement
o. Training and Training Support
p. Platform Integration and Installation
q. Depot Facilitation (if required).


If pursued, the Government will define specific requirements in individual Task Orders (TO) for services or Delivery Orders (DO) for materials. Material orders may include hardware, such as spare repair parts (i.e., Line Replaceable Units and Shop Replaceable Units (LRU/SRU)) and/or whole Duke and/or Sabre Fury end item systems.


If pursued, the Government envisions a hybrid Indefinite Delivery Indefinite Quantity (IDIQ) five-year contract, with Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF), and Cost-Reimbursement (CR) Contract Line Item Numbers (CLINs). Any TO or DO issued under the IDIQ will specifically identify contract CLIN type by task. The Government envisions use of FFP CLINs to purchase materials (e.g., spare parts) and FFP on select well-defined, limited scope service tasks. The Government will utilize CPFF CLINs to purchase Services and CR CLINs for travel, and other direct costs (ODCs) in accordance with (IAW) Federal Acquisition Regulation (FAR) 16.302, "Cost Contract".


Sabre Fury


The Sabre Fury mounted system is based off the CREW AN/VLQ-12(V)4/(V)5 system. Because of emerging needs, the U.S. Army is seeking to adapt the Duke V4/V5 system hardware and software to provide increased capabilities in the areas of EW, to include signal detection, status and event reporting, and electronic response generation. The Sabre Fury system consists of receivers, transmitters, antennae, Remote Control Unit (RCU), Direction Finding (DF) sensors, and cabling. The Sabre Fury system differs in mission employment from the Duke V4/V5 system in that the primary objective is to detect SoIs and report them to a user. Additionally, by leveraging the transmission capabilities of the Duke V4/V5 hardware, the Sabre Fury possesses the capacity to perform EW missions at a user's request. While the existing Duke V4/V5 inherently supports some aspects of this mission, several modifications and developments are required to bring this capability to bear as part of an integrated EW networked system. Examples of these include changes to the system's configuration, integration with a DF sensor, and development of the mechanisms to provide user monitoring and management of the Sabre Fury from a U.S. Army external tactical EW system.


The Sabre Fury V5 hardware configuration-based system will also be installed in tactical vehicles to provide distributed, networked EW operations. Sabre Fury EW systems may be installed on any tactical platform by leveraging the V5 A-kit with minor modifications. Remote networked operation can be accomplished with an existing EW Command and Control network via standard tactical radio.


GATOR V3


The GATOR V3 system is a ground based jamming capability. It provides easy setup or teardown by two personnel in approximately three hours. A self-contained, turnkey system, the GATOR V3 is equipped with its own power, shelter, and self-erecting onboard tower. The intuitive design provides pertinent information to the user on one screen, while map overlays provide a useful common operational picture. The GATOR V3 system architecture design supports networking, which enables the user to update the server, software defined radio technology, firmware, maps, shape files, and graphical user interface. The GATOR V3 also provides active monitoring capabilities via electromagnetic energy sensing, real-time indications and warnings capability, battle damage assessment, and measure of effectiveness/measure of performance validation.


The Government is in possession of the full detailed documentation and source code (technical data package) for the Duke FoS systems listed above. The full technical data package was validated by the Government and can be provided to potential offerors at the time of solicitation. The following tasks will be the responsibility of the offeror, at their own expense:


1. All automation necessary to facilitate manufacture, test, troubleshooting, and repair must be developed by the offeror.
2. Providing the required software build environment, software tools, and licenses at no additional expense to the Government.
3. Proving all facilities and equipment necessary to perform manufacture, test, quality control, audit, technical support, troubleshooting, and repair at no additional expense to the Government.


Government Furnished Property (GFP), i.e., test equipment and test facilities, are not anticipated to be available.


 


Anticipated RFP Release Date if the Government Decides to Proceed: August 2019.


The security requirements for this effort will be as follows: Secret facility clearance and SECRET safeguarding capability.


Interested parties may identify their capability to meet all or portions of the requirements by submitting an unclassified white paper, technical data, and past performance data. Respondents must also address the following items:


1. Company Name, Contact Name, Position, Telephone, Email, and Company URL.
2. Corporate capability to include available facilities to execute sustainment requirements, Facility Clearance and safeguarding levels, The Commercial and Government Entity Code (Cage Code), and Data Universal Numbering System (DUNs) number.


White paper and additional data must be provided to this office no later than 5:00 PM Eastern Standard Time on April 22, 2019. Only responses received by this date will be considered. Respondents must identify, in writing, their interest and capability to respond to this requirement by submitting one (1) electronic copy via email to Mr. Daniel Schwartz, daniel.a.schwartz4.civ@mail.mil, Mr. Mohammed Rizki, mohamed.rizki.civ@mail.mil, and Mr. Eric C. Pyles eric.c.pyles.civ@mail.mil, and a hard copy to the U.S. Army Contracting Command ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Aberdeen Proving Ground, Maryland 21005-1846 United States.


NO TELEPHONE REQUESTS WILL BE HONORED.


 


 


Eric C. Pyles, Contract Specialist Intern, Email eric.c.pyles.civ@mail.mil - Christopher R Gaines, Contracting Officer, Email christopher.r.gaines4.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP