Maryland Bids > Bid Detail

Incorporate M-Code Capability into USN-3 Shipboard Satellite Signal Landing Systems (JPALS)

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159272203810752
Posted Date: Nov 30, 2023
Due Date: Jan 11, 2024
Source: https://sam.gov/opp/8c468f503e...
Follow
Incorporate M-Code Capability into USN-3 Shipboard Satellite Signal Landing Systems (JPALS)
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-TPM213-0018
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 30, 2023 03:52 pm EST
  • Original Response Date: Jan 11, 2024 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5825 - RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Patuxent River , MD
    USA
Description

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 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 as a result of this notice.



INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a contract for an Engineering Change Proposal that will encompass the design, engineering, integration, test, and verification/validation of the Military Global Positioning System (GPS) services, or M-Code capability, into the USN-3 shipboard Satellite Signal Landing Systems (SSLS), also referred to as the Joint Precision Approach and Landing System (JPALS).



ELIGIBILITY: The Product/Service Code most appropriate for this contract is 5825: Radio Navigation Equipment, Except Airborne. All interested businesses are encouraged to respond.



PROGRAM BACKGROUND: Shipboard JPALS is the primary precision landing system for F-35B/C, MQ-25, CMV-22 and future air vehicle platforms. JPALS is required on all CVN and LHA/D-type ships to provide precision navigation, coupled approach, landing and over the air inertial alignment capability.



REQUIRED CAPABILITIES: NAVAIR requires Shipboard JPALS M-Code implementation by FY2027. Highly specialized skills are required to incorporate the M-Code functionality to meet the stringent schedule. Efforts include development and qualification of algorithms, and highly complex model tuning. The JPALS model contains over 3,000 files, and 50,000 individual Simulink blocks, with an additional 2,000 files for interpreting and compiling into executable code. The JPALS system requires high accuracy, continuity, integrity and availability in order to provide a full auto-land capability for manned aircraft and Unmanned Aerial Vehicles. Modification to implement M-Code into the shipboard JPALS System will require re-tuning of the system and full re-verification to ensure JPALS performance is maintained including Anti-Jam (AJ) requirements.



NAVAIR has procured the JPALS Performance Model, JPALS Availability Model and JPALS Software Source Code and the JPALS Technical Data Package (TDP) from the Original Equipment Manufacturer (OEM). Interested parties must include a detailed explanation of how they would use the existing models, code, and TDP to integrate M-code, maintain current AJ requirements, and re-tune the system to achieve the same or better performance. Additionally, interested parties must provide a timeline including major milestones to achieve the FY2027 implementation requirement.



INCUMBENT: This is a follow-on requirement. The OEM is Raytheon Company, 1801 Hughes Dr. Fullerton, CA 92833.



SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to perform the services described herein; Documentation should be in bullet point format. The capability statement package shall be sent by email to John Britt, john.e.britt10.civ@us.navy.mil and Lindsay Corken, lindsay.l.corken.civ@us.navy.mil. Submissions must be received at the email cited no later than noon local time on Thursday, 11 January 2024. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), John Britt or Contract Specialist, Lindsay Corken at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 30, 2023 03:52 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >