Next Generation Flightline Electronics Warfare and Communication Navigation Identification Tester

expired opportunity(Expired)
From: Federal Government(Federal)
N68335-21-RFI-0060

Basic Details

started - 18 Dec, 2020 (about 3 years ago)

Start Date

18 Dec, 2020 (about 3 years ago)
due - 29 Jan, 2021 (about 3 years ago)

Due Date

29 Jan, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
N68335-21-RFI-0060

Identifier

N68335-21-RFI-0060
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710259)DEPT OF THE NAVY (157167)NAVAIR (14293)NAVAIR NAWC AD (6993)NAVAIR WARFARE CTR AIRCRAFT DIV (3083)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATIONPURSUANT TO FAR 15.201(e) – 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.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised the U.S. Government will not pay for or reimburse any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.  The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.
 Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.  If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website:  www.sam.gov.  It is the potential vendor’s responsibility to monitor this site fort the release of any follow-on information.BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTSThe Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks to identify potential sources for a replacement tester for both the AN/USM 670A Joint Services Electronic Countermeasures Systems Tester (JSECST) and the AN/USM-713 Signal Generator Test Set (SGTS).Naval Aviation (Navy and Marine Corps) currently uses the AN/USM 670A JSECST and the AN/USM-713 SGTS at the flight line for testing and diagnosing Electronic Warfare and Communication Navigation Identification systems.  Both the JSECST and the SGTS flight line testers are at the end of their life exhibiting sustainment, obsolescence, and accuracy repeatability challenges.   Each of these testers has unique hardware and software that interfaces the tester to the aircraft system under test.  These interface components are also at the end of their life and need to be replaced.  In conjunction with this tester replacement program, Navy desires to introduce an “RF Squirt Gun” concept to augment the tester capability and provide more efficient maintenance procedures to the Fleet maintainers.NAVAIR PEO (CS), PMA260 is seeking industry input to identify potential solutions for replacing JSECST and SGTS as well as the applicable associated interface components.  It is desired that a solution merge the two test capabilities into one tester solution that could be modular – generally the more complex JSECST is used by the fighter aircraft communities and the less complex SGTS is used by the fixed wing and rotary wing communities.  The solution must meet the rugged flight line requirements and fielded with a robust sustainment structure.  Inventory objective for Naval Aviation is expected to be over 200 units with potential additional application to the other DoD Services and Foreign Military Sales.________________________________________SCOPE - CONTRACTOR RESPONSE TO RFIThe Contractor response to this RFI is expected to consist of a description of the Contractor’s capabilities.  All comments or discussions pertaining to improving or enhancing the procurement should be submitted. PEO (CS), PMA260 is specifically interested in a solution with the following characteristics:•    Able to replace the flight line functions of JSECST and SGTS to verify operation and troubleshoot the following sample aircraft systems:o    F/A-18E/F, AN/ALR67(v3)o    F/A-18E/F, AN/ALQ-165o    F/A-18E/F, AN/APX-111 o    EA-18G, AN/ALQ218(V)2o    CH-53K, AN/APR-39•    Consider a modular solution that can satisfy the test scenarios of both JSECST and SGTS testers •    Use Modular Open System Approach (MOSA) for ease of future modernization•    Provides all non-COTS data rights to facilitate future government economical sustainment decisions•    Provides a design for optimum maintainability and supportability•    Establish a sustainment structure that will address future obsolesce and modernization•    Provides an affordable solution and considers re-use of Navy’s eCASS instrumentation •    Provide new Test Program Sets (TPSs) (“rehost” existing TPSs)o    Provide new antenna coupler hardware merging where practicalo    Use Navy’s Common Development Environment for Test (CDET) for software creation or “Rehost” and tester Test Executiveo    Provide a sustainment strategy for the TPSs•    Provides DoD Cybersecurity compliance•    Leverage vertical test concepts among the “O”, “I”, and “D” maintenance levels (e.g. provide O-level maintenance information with the I-Level eCASS shop)•    Provide an “RF Squirt Gun” for quick check and more efficient maintenance (revised maintenance concept)REQUESTED INFORMATIONSection 1 of the response shall provide administrative information, and shall include the following as a minimum:•    Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated contractual point of contact.•    Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum:•    Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes.  Responses that include information detailing potential tradeoffs or alternative solutions is encouraged.•    Respondents requested to provide catalogs, drawings/illustrations, technical manuals, training descriptions/materials, warranty information, testing documentation, brochures and/or any other documentation that describes their capability to design, develop, manufacture, and support and effort of the type described herein.•    Respondents may also provide a catalogue pricing and/or a Rough Order Magnitude to outline cost for items they believe meet the need described in this RFI.  Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.•    If applicable and able, respondents shall include a list of Government programs or Commercial customers of record that currently employ their solution and logistics support packages.  Please provide a POC for each program, with email address and phone number identified, and a description of the quantities sold.•    Respondents are requested to provide their estimated time it would take to submit a proposal After Request for Proposal release.HOW TO RESPONDInterested parties are requested to respond to this RFI with a PDF Document Format.  Responses shall be limited to 10 pages and submitted via e-mail to Eric Waterman at eric.waterman@navy.mil.   Proprietary information, if any, should be minimized and must be clearly marked.  Product specifications, sketches, or listings of authorized distributors will not count toward the page limitation.  Responses are due no later than 29 January 2021.    Responses to this RFI will not be returned.  Respondents will not be notified of the result of the review.  It is the potential vendor’s responsibility to monitor the SAM (www.sam.gov) site for the release of any follow-on information.  

LKE. JB MDL BLDG 271 HIGHWAY 547  JOINT BASE MDL , NJ 08733  USALocation

Place Of Performance : LKE. JB MDL BLDG 271 HIGHWAY 547 JOINT BASE MDL , NJ 08733 USA

Country : United StatesState : New Jersey

Classification

naicsCode 334519Other Measuring and Controlling Device Manufacturing
pscCode 6635Physical Properties Testing and Inspection