The RFP Database
New business relationships start here

SRP2 Waveform Porting


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

DESCRIPTION:
The Naval Air Systems Command (NAVAIR) Patuxent River, MD, in support of PMA-209 Air Combat Electronics Program Office and the Naval Research Lab (NRL), is seeking information from the vendor community on engineering activities supporting waveform porting of the Adaptive Networking Wideband Waveform (ANW2C) waveform to the Increment 2 Software Reprogrammable Payload (SRP INC2) AN/ARC-254(C). Contractor support will include studies, analysis, development, integration, and test activities related to the porting of the ANW2C software to a SRP INC2 waveform.

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources resulting from this synopsis.


DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


ELIGIBILITY
The Product Service Code (PSC) for this requirement is 5821. The North American Industry Classification System (NAICS) code is 334220 with a small business size standard of 1,250 employees.


BACKGROUND
NAVAIR PMA-209 manages the acquisition of common avionics capabilities for naval aircraft including the Digital Interoperability (DI) capability. NRL is responsible for the development of SRP INC2, a key component in the fielding of DI. NAWCAD Patuxent River, MD, provides the following: design, development and systems upgrade; system certification; technical support; pre-positioned technical support; supply support; systems engineering; systems development support, systems test and evaluations; software support; operational software development and maintenance support; test support software development and maintenance; production engineering support; overhaul and restoration program support; program management support; and quality assurance and system safety.


ANTICIPATED PERIOD OF PERFORMANCE
The anticipated base period of performance is 18 months. The anticipated performance start date is Quarter 2 Fiscal Year 2020.

ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be Cost Plus Fixed Fee (CPFF) with an estimated total Level of Effort of approximately 10 man-years. The government also anticipates including one optional Firm Fixed Price (FFP) task for the procurement of ANW2C Licenses. These activities shall be performed on-site (estimated 15%) at NRL, Washington, DC and off-site at the contractor's facility (estimated 85%).


REQUIREMENTS
The contractor shall possess in-depth knowledge of and own the development rights to the ANW2C Waveform source code so as to begin execution immediately upon contract award.


The contractor shall contribute to architectural decisions related to porting the code and then, as directed, perform engineering activities relevant to selected portions of the resulting implementation.


The contractor shall develop a trade study outlining how to implement the relatively more time sensitive Digital Signal Processor (DSP) functionality within the ANW2C waveform.


The contractor shall establish the SRP Waveform Software Development Environment and be able to load the project code base.


The contractor shall provide, upon Government request, access to digitized test files or streams to emulate the receiver inputs and/or transmitter outputs to the processing chain.


The contractor shall provide technical information on DSP layer real time performance requirements impacting latency and rates to assist the Government team in understanding quantitative timing requirements achieved in the existing ANW2C implementation.


At the time of contract award, contracted personnel shall be United States citizens currently holding security clearances at the Secret level. Contractor's facility shall be cleared for work performance at the Secret level.


A portion of the resultant contract will be on a cost-type basis requiring the successful awardee to have a Government approved accounting system upon contract award.


SUBMITTAL INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address, at a minimum, the following:


1. Notice number from Federal Business Opportunities to which you are responding
2. Company Name, Address, CAGE Code, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, business size and a statement regarding current small/large business size status;
4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein;
5. Type of work has your company performed in the past in support of the same or similar requirement.
6. Can or has your company managed a task of this nature? If so, please provide details.
7. What specific technical skills does your company possess which ensures capability to perform the tasks?
8. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified;
9. Management approach to staffing this effort with qualified personnel;
10. Statement regarding currently held security clearance status levels for assigned personnel and for your facility
11. Company's ability to begin performance upon contract award without the requirement for additional negotiations or contract awards to procure rights to start performance for any resultant effort
12. If qualifying as a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described herein within the period of performance.


Responses to this Sources Sought including any capabilities statement packages shall be submitted electronically via email to the Contract Specialist at Victoria.cordial@navy.mil and the Procurement Contracting Officer (PCO) at Daniel.chambers@navy.mil in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 3:00 p.m., Eastern Time, 02 August 2019.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.


No phone calls will be accepted.


All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.


Contracting Office Address:
Building 2272
47123 Buse Road Unit IPT, Rm 350
Patuxent River, Maryland 20670
United States


Primary Point of Contact:
Victoria Cordial, Contract Specialist
victoria.cordial@navy.mil


Secondary Point of Contact:
Daniel Chambers, Procuring Contracting Officer
Daniel.Chambers@navy.mil


Victoria Cordial, Contract Specialist, Email victoria.cordial@navy.mil - Daniel L Chambers, Procuring Contracting Officer, Email daniel.chambers@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP