11/1/2019: Update to extend the due date for questions and comments on the TDP to 10
December 2019.
The Naval Information Warfare Systems Command (NAVWAR), in support of the
Program
Executive Office for Command, Control, Communications, Computers, and
Intelligence
(PEO C4I), Communications and GPS Navigation Program Office (PMW/A 170),
intends to
release Request For Proposal (RFP) N00039-20-R-0001 for the follow-on
procurement of
Global Positioning System (GPS)-based Positioning, Navigation, and Timing
Service
(GPNTS) Hardware Production units based on a Government provided Technical Data
Packages (TDPs). The North American Industry Classification System (NAICS)
Code
assigned to this acquisition is 334511 (size standard 1250 employees). The
incumbent
hardware production contractors for GPNTS are Sechan Electronics under contract
N00039-18-D-0008 and Micro USA under contract N00039-18-D-0009. The GPNTS
production follow-on requirement has been set aside for small business.
This announcement is issued solely for informational and planning purposes and
does not
constitute a solicitation or obligation to issue a future solicitation. This
announcement
does not commit the Government to contract for any supplies or services.
Companies
interested in the anticipated RFP should monitor the Federal Business
Opportunities
(FedBizOpps) website at www.fbo.gov for the release of the RFP.
The Government intends to make Indefinite-Delivery Indefinite-Quantity (IDIQ)
Multiple
Award Contract (MAC) awards as a result of the anticipated RFP. The basic
contracts will
possess ordering periods utilizing firm-fixed-price (FFP) Contract Line Item
Numbers
(CLINs) for GPNTS systems and spares, and cost-plus-fixed-fee (CPFF) CLINs for
engineering services. Contract award is estimated for Q2FY21.
GPNTS receives, processes, and distributes three (3) dimensional position,
velocity,
acceleration, attitude, time and frequency in the formats required by shipboard
user
systems. GPNTS is the single Program of Record (POR) for U.S. Navy ships as
well as
potential U.S. Coast Guard (USCG), Military Sealift Command (MSC), and Foreign
Military
Sales (FMS) platforms. GPNTS is designed to accommodate back-fit of current
legacy
PNT systems and forward-fit of new platforms. The GPNTS system was developed
using a
commercial, open-systems architecture approach, to meet user requirements in a
net-
centric Service-Oriented Architecture (SOA) environment. The GPNTS system
incorporates embedded Non-Developmental Item (NDI) military-grade Selective
Availability Anti-Spoofing Module (SAASM) GPS receivers, and includes anti-jam
GPS
antenna systems. In addition, the U.S. Air Force GPS Directorate is currently
developing
Military Code (M-Code) capable Military GPS User Equipment (MGUE). GPNTS MGUE
integration and test started in FY16, and the GPNTS Program plans to transition
from the
SAASM configuration to M-Code in FY22.
The technical data package (TDP) associated with the anticipated RFP is marked
Distribution Statement D: Distribution authorized to Department of Defense
(DoD) and
U.S. DoD contractors only. The TDP is not available for public distribution,
and in order
to obtain access to the) Defense Intelligence Information Enterprise (DI2E)
website
where the TDP is available for download, each company must:
Sign and return the GPNTS Production Follow-on Bidder's Repository Non-
Disclosure Agreement (NDA) posted on the NAVWAR E-commerce website
entitled, 'GPNTS Production Follow-on Bidder's Repository NDA' to Elliott
Penetrante,
Elliott.Penetrante@navy.mil previous NDA's associated with the Request For
Information (RFI) will not suffice for access to the current TDP.
Each company may request DI2E site access for up to two (2)
representatives. Each user is required to be a U.S. DoD contractor and have a
valid DoD
or External Certification Authority (ECA) Public Key Infrastructure (PKI)
certificate to gain
access to the website. If a requestor is a U.S. DoD contractor and does not
have a valid
DoD or ECA-issued PKI certificate, contact, Elliott Penetrante,
Elliott.Penetrante@navy.mil. The Government will provide instructions on how to
access
the secured site to the approved company representatives after their Bidder's
Repository
NDAs have been received and Joint Certification Program (JCP) number verified.
Have an active DD 2345 on file with the Defense Logistics Information
Service (DLIS). If the company does not have an active DD 2345 on file and
cannot
provide a JCP number, please visit DLIS at: http://www.dlis.dla.mil/jcp/ for
more
information on how to complete and submit the DD 2345.
Provide the email address and phone number for each requested user and
the company's JCP number to Elliott Penetrante, Elliott.Penetrante@navy.mil.
Questions and comments regarding the TDP are requested to be submitted no later
than
10 December 2019. Questions and comments are requested to be submitted in
writing
via e-mail only to: Elliott Penetrante, Contract Specialist, NAVWAR 2.2,
(Elliott.Penetrante@navy.mil). Verbal questions and comments will not be
accepted. The
Government will provide public answers to all questions and comments received
regarding the TDP and anticipated RFP via the NAVWAR E-Commerce Central
website. All
questions and comments shall be in a format non-attributable to the company or
individual submitting the questions or comments to allow for public release.
Point of Contact - Elliott Penetrante, Contract Specialist, 858-537-0675; Kenneth B Nickel, Contracting Officer, 619-524-7184
Contract Specialist