United States - Inertial Navigation Unit (INU)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 01 July 2019
- Opportunity publication date
- 30 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 29, 2019 2:58 pm
REQUEST FOR INFORMATION (SOURCES SOUGHT) - Inertial Navigation Unit (INU) to support the Location and Azimuth Determining System (LADS)
The Army Contracting Command New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000 is conducting a Market Survey on behalf of the Joint Program Manager Office Towed Artillery Systems (PM TAS). The overall purpose of this notification is to obtain information to improve the Government's understanding of industry general capabilities and identify qualified sources capable that possess capabilities in providing an Inertial Navigation Unit (INU) that may be compatible with the Government's Design of the Location and Azimuth Determining System (LADS) program.
Description: This Request for Information (RFI) is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to support the Government's potential requirement for an Inertial Navigation Unit (INU) that may be compatible with the Government's Design of the Location and Azimuth Determining System (LADS) program. This Request for Information is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of PM-TAS. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Offerors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsised on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
Capabilities Coverage
PM TAS seeks to identify companies that can provide the following systems:
I. Inertial Navigation Unit (INU)
The envisioned capabilities are comprised of the following broad categories:
A. Production - The vendor is required to have the capability to produce and integrate a complex INU system using performance specifications, detailed specifications, and detailed technical data such as re-procurement technical data packages.
B. Production Life Cycle - The vendor is required to have the capability to perform continual large-scale production of INU systems. The vendor shall have extensive experience with major Government and/or commercial INU development, production, production support and fielding. The vendor shall be knowledgeable in all Government policies and directives, DoD common framework for the INU, and the appropriate Industry, DoD, and Army standards.
C. Integration - The vendor is required to have the capability to integrate complex INU subsystems into a final configuration item that meets the final system level requirements and specifications.
D. Interfaces and System Hardware/Software - The vendor is required to have extensive knowledge and experience with the development, integration and implementation of a full-function, system-level software and hardware environment that meets specification requirements. The vendor should also possess knowledge and experience with the development of INU systems for a warfighter field environment.
E. System Specifications - The INU system must meet the following specifications:
a. Maintain a horizontal position accuracy of four (4) meters Circular Error Probable (CEP) and an azimuth accuracy of 0.4 mils at +/- 65 degrees latitude.
b. Power requirement: 18-36 Vdc < 30 watts
c. Weight: < 16 pounds
F. Management - The vendor is required to have extensive knowledge and experience in production management and have the capability to implement a program to manage performance, cost, schedule, and data delivery requirements of the contract as defined in the Integrated Master Schedule (IMS). The vendor is required to have a CMMI level 5 certification and/or an ISO 9001 certification.
G. The vendor is required to have extensive knowledge and experience in implementing Configuration Management programs consistent with the requirements of ISO 9001 Section 4.5.
H. Schedule - The vendor must be able to provide 10 INU systems concurrent with all requirements outlined above NLT June 2020.
CAPABILITY STATEMENT
Interested parties are requested to submit a capability statement that addresses the following:
1. Ability to perform the tasks set forth in the Capabilities Coverage section described above in the continental United States (CONUS) and outside the continental United States (OCONUS), including nation-wide deployment strategy and support capabilities.
2. Ability to comply with DoD/Army policies and standards.
3. Skills or techniques (human capital and/or resources) that are integral factors for achieving the tasks detailed under the Capabilities Coverage section.
4. Ability to provide the resources to manage multiple projects at the same time, hire qualified personnel, train personnel on enrollment and bio-metric capture standard operating procedures, establishing technical infrastructure.
5. Experience of the vendor and key personnel, who would be critical to program success, as they apply directly to meeting the tasks listed under the Capability Coverage section.
6. Experience and capabilities should be based on personnel currently employed and company past performance in related areas.
Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the United States Government. The Government recognises that proprietary and/or classified data may be a part of this effort. If so, clearly mark such restricted/proprietary and classified data and present them as an addendum to the non-restricted/non-proprietary and unclassified information. As a result of this Request for Information (RFI), a Request for Proposal (RFP) may be issued for the Inertial Navigation Unit (INU) compatible with the Location and Azimuth Determining System (LADS) program. Participation in this Request for Information (RFI) is completely voluntary by the vendor and as such all costs to develop the vendor's response are to be borne by the participating vendor. All interested sources are encouraged to submit their abilities/capabilities no later than 30 days from date of this publication, by 30th June, 2019, to: Joseph Rossano, ACC-NJ-JA Bldg. 9, Picatinny Arsenal, NJ 07806-5000; email: joseph.d.rossano.civ@mail.mil. Please include company name, address, telephone number, point of contact, brochures/literature, etc., and any prior performance relating to this effort.
THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. As stated above, please be advised that the Government will not pay for any information submitted under this announcement. Electronic submittals are preferred.
Due to the INU Specification being an Export Controlled document, it will be only available via written request. All requests for copies of these items must contain a certified copy of a DD Form 2345, Military Critical Technical Data Agreement. To obtain certification, qualified vendors must submit the completed DD Form 2345 to: U.S. Army Contracting Command Picatinny, Bldg. 10, Attn: Joseph Rossano, Picatinny Arsenal, NJ 07806-5000.
- Opportunity closing date
- 01 July 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army ACC - NJ (W15QKN) United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.