The RFP Database
New business relationships start here

Global Positioning System (GPS)-based Positioning, Navigation, and Timing Service (GPNTS) Hardware Production Follow-On


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

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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP