Defense Advanced Global Positioning System (GPS) Receiver (DAGR)

expired opportunity(Expired)
From: Federal Government(Federal)
FA8576-23-DAGR

Basic Details

started - 18 Nov, 2022 (17 months ago)

Start Date

18 Nov, 2022 (17 months ago)
due - 30 Nov, 2022 (17 months ago)

Due Date

30 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
FA8576-23-DAGR

Identifier

FA8576-23-DAGR
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE AIR FORCE (60365)AFMC (17422)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4855)AGILE COMBAT SYSTEMS (667)FA8576 AFLCMC WNKF (21)

Attachments (3)

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 INFORMATION (RFI)The Positioning, Navigation, and Timing (PNT) Program Office, Robins Air Force Base is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to perform repair, sustainment, computer-based training, logistics support and engineering services for the Defense Advanced Global Positioning System (GPS) Receiver (DAGR) specification, SS-M/V-600, or equivalent. Features related to the Selective Availability Anti-Spoofing Module (SAASM) are the most important aspect of the product. Equal product shall provide the capabilities of the current DAGR to include, but not limited to: worldwide positioning and navigation through continuous tracking of all satellites in view; direct Y-code acquisition; SAASM architecture unclassified-when-keyed operation and updated security features; upgradeable capabilities; and be interoperable with the PLGR/DAGR. Applicable National Stock Numbers (NSNs) involved in this market
research are detailed below.Performance and interface requirements are also contained in the DAGR specification. The current DAGR is manufactured by BAE, Inc. Potential bidders may obtain access to the current specification and reference documents from the Primary Point of Contact listed below.The Government has no Research & Development dollars available for this contract.At this time, the Government is anticipating a Sole Source Follow-On Contract with an estimated request for proposal (RFP) release in Third Quarter Fiscal Year 2023 (3QFY23). The period of performance for the follow-on contract is estimated to be from 28 September 2023 to 27 September 2025.Interested parties should have a proven repair capability (complexity, quality, and volume) of same/similar product, ability to sustain an average rate of 50 receivers a month.Contractors interested shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor’s facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts.Knowledge, generation, and storage of classified information and/or Controlled Unclassified Information (CUI) are required for performance of the contract/order. The repair contract will contain a Contract Security Classification Specification (DD254). Offerors will comply with security requirements found in the Navstar GPS Protection Guide. Contractor personnel will be required to have a minimum of a (Confidential, Secret) security clearance. At the time of award of the contract, the contractor must have a GPS COMSEC account with the Government.Notice to Foreign-Owned Firms: US procurement contracts for GPS SAASM equipment must be awarded to US companies. Foreign teaming, licensing, or subcontracting are allowed; however, the participating companies must clearly demonstrate that the hardware and software implementing the GPS cryptography are designed, built, and integrated within US borders by US companies. This requirement must be separately auditable.Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey.FAR 52.215-3 – Request for Information for Planning Purposes (Oct 1997)    (a)  The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.     (b)  Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.     (c)  This solicitation (request for information) is issued for the purpose of market research in an effort to overcome barriers to competition for future requirements(End of Provision)INSTRUCTIONS:1.  This RFI contains a Contractor Capability Survey, attached, which allows you to provide your company’s capability. Attached for review is the Performance-based Work Statement for this requirement.2.  If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)     a.  Identify any areas of work that your organization believes should be broken out exclusively for Small Business.3.  Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.4.  Questions relative to this market survey should be addressed to the RFI Points of Contact.PURPOSE/DESCRIPTIONThe Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements for the DAGR repair units listed below:NSN / PART NUMBER / NOMENCLATURE5825-01-526-4783 / 822-1873-002 / DAGR PSN-13A Repair5825-01-590-9534 / 822-1873-003 / DAGR PSN-13B Repair5825-01-516-8038 / 822-1873-001 / DAGR Demilitarization5825-01-526-4783 / 822-1873-002 / DAGR Demilitarization5825-01-590-9534 / 822-1873-003 / DAGR DemilitarizationThe Government intends to award a two-year,  Requirements type per FAR 16.503 for repair of DAGRs, engineering services, computer-based training, and logistics support. BAE Systems, Inc. is currently the sole source manufacturer of DAGR.Any change in receiver specifications could result in a loss of interoperability with existing platform integrations and generate substantial costs (integration, training, spares, sustainment, etc.) associated with fielding multiple receivers. Finally, the Government needs uninterrupted DAGR support starting at contract award.

Location

Country : USA

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing