The RFP Database
New business relationships start here

GPS Simulators


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

REQUEST FOR INFORMATION (RFI)/CAPABILITIES REQUEST


THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This RFI/Capabilities Request is in support of market research by the United States Air Force to identify (1) potential sources and, (2) if this effort can be set aside for small businesses. While this RFI is for planning purposes only, responses may help justify any near-future competitive or noncompetitive acquisition.


This RFI is to notify companies that the USAF is seeking qualified sources that can provide Global Positioning System (GPS) Satellite Simulators with Modernized Navstar Security Algorithm (MNSA) M-Code. This allows testing of both the Performance and the security features of the Military GPS User Equipment (MGUE) in the unit under test (UUT). The contractor must be capable of furnishing all materials and equipment listed in this RFI or provide information on competiting products that demonstrate the same capabilities or better.


Any information submitted by respondents to this RFI is strictly voluntary. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of various business concerns that might be interested in competing for a potential future acquisition. The Government will use this information to determine the best acquisition strategy for a future procurement. The Government is interested in responses from both large and small businesses to include: 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns. If the Government decides to release a solicitation, they will post on the FedBizOpps website, if required. It is the responsibility of the potential offerors to monitor that site for additional information pertaining to this requirement. The Government requests that interested parties respond to this notice, if applicable, and identify your small business status.


DESCRIPTION:  The 704th Test Group, Arnold Engineering Development Complex, Holloman AFB, NM is seeking potential sources capable of providing all necessary components listed below:


Manufacturer:
-Spirent

Brand Model:
-GSS9790 Series GNSS
-SimSASS Classified Package (shipped separately)
-SF1001-6S-2.xxAC Software
-SF1001-12 Fill Port
-SF1001-12s-1.xx Fill Port Driver Software
-SF1001-8 Removable Drives
-SF1001-11 FPGA AOC Security module
-2004-0006R AES M-code (End user undertaking required MS3018)
-GSS7765 Interference Simulator including Interference Control Unit (ICU) and advanced channel for use with GSS9000 series simulator MS3055
-Additional channel of Interference MS3055
-TS677-LO Custom waveform upgrade for use with GSS7765 (with licenses for noise generators)
-Honeywell ISRS-2 Card (excluding warranty and cables)
-SimMNSA upgrade for GNSS9000 series simulators
-SFGP2001-5 MNSA FPGA Feature Codes Setting Procedures
-SF2001-10S-1.xxSimMNSA FPGA Image
-SimBaro Barometric Emulation Option for Honeywell EGI MS3056


OBJECTIVE:  The Government is anticipating a firm fixed price contract. The USAF is anticipating the use of North American Industry Classification System (NAICS) 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrumentation Manufacturing. However, we are seeking suggestions in the event another NAICS is more appropriate.


INFORMATION AND INSTRUCTIONS:  Respondents must include the following information within their statement of capability packages. Capability packages shall not exceed 20 single-sided pages in length. Capability packages may contain single or double spaced text addressing the following:


1. Company Information:
Company name
Address
Point of Contact with email address and telephone number
Federal Commercial and Government Entity (CAGE) Code
Data Universal Numbering System (DUNS) and business size pursuant to NAICS
Web page URL
Status as U.S. or Foreign-Owned/Influenced Entity (if foreign, provide country of ownership)
Registration status and certification number for DLA JCP


2. Registering your company in System for Award Management (SAM) is required. To register, please go to https://www.sam.gov.


3. A statement identifying your ability to provide some or all of the components listed above or acquire components from these manufacturers.


4. Interest in this requirement as a prime contractor or subcontractor.


5. Information regarding product lead time.


Other: Please note: Emails containing large amounts of data (over 4 MB), or file types such as: .zip, .xlsx, .docs, or other macro-enabled extensions, may encounter delivery issues. Please utilize the US Army's Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Safe Access File Exchange (SAFE) at https://safe.amrdec.army.mil/safe/.


SUBMISSION REQUIREMENTS:  Capability package responses are due by 1:00 PM Mountain Time, July 8, 2019. Send responses via email to the Contracting Officer, Mr. William K. Hunter, at william.hunter.9@us.af.mil. Oral communications ARE NOT acceptable in response to this notice.


GOVERNMENT RESPONSIBILITY:  This RFI is not a commitment by the Government. This is NOT a Request for Proposal nor an Invitation for Bid and the Government is not awarding a contract from this RFI notice. This notice does NOT constitute a procurement commitment by the USAF, implied or otherwise. Any information submitted by respondents to this RFI is strictly voluntary and used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing RFI responses are required to protect sensitive information from unauthorized disclosure of proprietary information as described in 41 USC 423.


The Contracting Officer will provide any and all official information regarding this acquisition. Do not rely on information received from other sources. Any information received from industry in response to this RFI will NOT be available to the public.


 


William K. Hunter, Contracting Officer, Phone 575-572-1245, Email william.hunter.9@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP