United States - Muos/saturn

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
26 August 2019
Opportunity publication date
25 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 24, 2019 5:00 pm

Request for Information
C-130 Mobile User Objective System (MUOS)/Second Generation Anti Jam Tactical UHF Radio (SATURN), Airborne Radio Communications (ARC) -210 Generation 6
INSTRUCTIONS:
1. The document(s) below contain a description of the Mobile User Objective System (MUOS) and the Second Generation Anti Jam Tactical UHF Radio (SATURN) ARC-210 Generation 6 requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability.
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 PCO.

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to replace the existing ARC-164 UHF radio and integrating the ARC-210 Gen 6 Radio for the C-130H aircraft. This effort will provide capabilities for SATURN and MUOS voice for the C-130H platform.
MUOS Requirement: The C-130H requires global BLOS secure voice and secure data communications (classified up to SECRET) via UHF MILSATCOM connectivity. Requirements dictate a Mobile User Objective System (MUOS) capable radio solution in order to fully utilize DOD's new UHF MILSATCOM constellation and waveform. The MUOS satellite constellation and radios will also support backwards compatible secure BLOS communications connectivity with legacy users of the Non-Demand Assigned Multiple Access (DAMA) and Integrated Waveform (IW) comm systems.
Without this capability, C-130H aircraft operating worldwide will not have the secure military SATCOM BLOS radio communications capability needed to communicate with their controlling C2 agencies (e.g., 618 AOC (TACC), theater AOC) and the warfighters these MAF aircraft are supporting. Also, C2 agencies will not be able to dynamically direct/retask airborne MAF aircraft to keep pace with the ever changing operating environment, which could lead to mission impact and/or failure.
SATURN Requirement: The C-130H requires the significantly improved anti-jam capabilities provided by Second-generation Anti-jam Tactical UHF Radio for NATO (SATURN) to remain interoperable with other AF, DOD. NA TO, and coalition aircraft. SATURN is the next generation UHF line-of-sight (LOS) anti-jam capability that will supplement and eventually replace the currently installed HAVE QUICK II UHF LOS anti-jam capability. ARC-210 Gen 6 radios include SATURN capability, but the radio/architecture must be properly installed so C-l 30H aircrews can use SATURN anti-jam capability when needed.
Without SATURN capability, aircrews operating C- l 30H aircraft are more vulnerable to UHF jamming by the enemy when operating in or near contested environments. Effective enemy jamming would deny communications, potentially resulting in mission failure and exposing aircrews/aircraft to an increased risk of enemy threats and hostile action. Also, aircrews operating C-130H aircraft will not be able to communicate with other AF, DOD, NATO, and coalition aircraft that are using SATURN capability.
Contractor 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.
Contractor shall ensure the following items are included with the modification:
1. Radio/Antenna: obtain Radio Frequency (RF) Spectrum certifications/approvals
2. Training for aircrew and maintainers
3. Sufficient spare parts (10% spares)
4. Line Replacement Units (LRUs) should be form fit and minimal disturbance to existing aircraft configuration
5. Complete technical data and drawings for modification
6. Test and analysis to support airworthiness certification
7. Software (s/w) development/modification to control new radio functions
The Government does not own or have access to the data for these items. The Government has determined that this system is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply.
The end solution must provide BLOS secure voice communication via the MUOS satellite constellation via one ARC-210 radio. Two ARC-210 radios will replace the existing ARC-14 radios (2 ea).

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.
The Government requests information on the following questions:
-Is your company a Small Business?
-Is your company AS 9100 certified?
-Is your company interested in proposing to the Government requirement?
-Does your company have experience working with cryptographic modernized C2 connectivity assets?
-Does our company have experience in preparing for flight testing for spectrum authorization?
-Will your company be receptive to contracting for the purchase of the radios?
-Does your company have expertise in aircraft integration design and delivery of "A" kits?
-Does your company have experience in the development of C-130 aircrew and maintainers training?
-Is your company experienced in the development and delivery of engineering drawings, Engineering Change Orders (ECOs), updating Technical Orders (TOs), updates and writing Time Compliance Technical Orders (TCTO)?
-Is your company experienced in developing and executing aircraft ground and flight tests?
-Is your company experienced in achieving cybersecurity authorizations?
-Is your company experienced developing, coordinating and executing Air Force System Interoperability Tests (AFSIT)?
CONTRACTOR CAPABILITY SURVEY
Data Transfer Unit (DTU), NSN 7025-01-481-7741GC, P/N 30192-0201, Remote Data Concentrator (RDC), NSN 1680-01-500-6388GC, P/N 30201-0501 and the Control Display Unit (CDU), NSN 1680-01-533-8587GC, P/N 10150-024
Part I. Business Information
Please provide the following business information for your company/institution and for any teaming or joint venture partners:
•Company/Institute Name:
•Address:
•Point of Contact:
•CAGE Code:
•Phone Number:
•E-mail Address:
•Web Page URL:
•Government Proposed North American Industry Classification System (NAICS) Code: _____ NOTE: For the proper NAICS code, consult with the Buyer/PCO
Based on the Government proposed NAICS Code, state whether your company is:
•Small Business (Yes / No)
•Woman Owned Small Business (Yes / No)
•Small Disadvantaged Business (Yes / No)
•8(a) Certified (Yes / No)
•HUBZone Certified (Yes / No)
•Veteran Owned Small Business (Yes / No)
•Service Disabled Veteran Small Business(Yes / No)
•System for Award Management (SAM) (Yes / No)
•A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).
Responses to the Capability Survey Part I and Part II must be received no later than close of business (enter due date IAW instructions above). Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following:
•(Enter the name and email address for the PCO) and
•(Enter the name and email address for the person responsible for reviewing responses)
Questions relative to this market research should be addressed to the PCO.
Part II. Capability Survey Questions
A. General Capability Questions:
1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure.
2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).
3. Describe your company's experience in repairing the Part Number/NSNs listed above that make up the Integrated Vehicle Health Management System (IVHMS).
4. Describe your company's capabilities for generating, handling, processing and storing classified material and data.
5. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items.
6. What is your company's current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements.
7. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.).
a. Provide a detailed quality plan implementing AS9100 (or equivalent).
B. Repair/Manufacturing Questions:
1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment.
2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders.
3. State the types of diagnostic and troubleshooting tools utilized for efforts such as this.
4. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military aircraft by providing the following information on the same or similar items:
a. Contract Number
b. Procuring Agency
c. Contract Value
d. Number of assets shipped
5. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of these or similar assets for Government Engineer review.
6. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures.
7. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems?
8. Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort.
9. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer.
10. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort.
a. Provide an outline of the proposed process, including inspections.
I. State the type of test procedures are anticipated for this effort.
ii. State the type of inspection processes anticipated for this effort.
1. NDI/T.
2. Destructive testing/inspection.
11. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
12. State any technology insertion ideas for the item that would be suitable for this effort.
13. Discuss any reverse engineering or item replacement opportunities that may be present.
C. Engineering Services Questions
(Engineering, advisory & assistance services, contractor logistic support, and other services not listed)
1. Describe your services capabilities and experience with regard to the requirements of this effort.
2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders.
3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items:
a. Contract Number
b. Procuring Agency
c. Contract Value
d. Services Provided
4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items.
5. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems?
6. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort.
7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required.
8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.

Opportunity closing date
26 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force PK/PZ - Robins AFB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?