Sources Sought Synopsis:
F-16 Embedded Global Positioning System Inertial Navigation System (EGI) Upgrade
1 NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.
1.1 Posting of this Sources Sought Synopsis is part of on-going market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and /or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334418, 334511, 335999, and 334220. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in a small business to include 8(a), Service-Disabled Veteran-Owned, Hub zone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangement, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.
2. Program Details:
2.1 The following information is provided to identify potential contractors who have the expertise, capabilities and experience to successfully provide the described capability. AFLCMC/WAMA F-16 Development Branch, Wright-Patterson AFB, OH intends to upgrade the current Embedded Global Positioning System Inertial Navigation System (EGI) with a new M-Code Capability combined with a resilient framework built on an open architecture implemented with a Modular Open System Approach (MOSA), with sufficient data rights to allow access to interfaces between key PNT sensors/sources and estimation engines. This enables rapid development, integration and fielding of multi-source, tailored PNT solutions as the threat involves. To those ends, the contractor must meet the following:
- United States INS/GPS manufacturer with previous experience on integrated navigation solutions.
- The manufacturer’s development and production facilities are located within the United States.
- The manufacturer’s production facilities have sufficient maturity to support a minimum of 5 Engineering & Manufacturing Development (EMD) units from Fiscal Year (FY) 28 – FY31 and a maximum of 700 EGI upgrades or replacements from FY28 – FY31. The projected production quantities are in a range of 1 to 150 upgrades per year. The U.S. Government requires variable pricing for an Indefinite Delivery/Indefinite Quantity contract.
- The manufacturer must meet US DoD security protection requirements.
- The contractor must have a solution that meets the following minimum requirements:
- Meet requirements for an Inertial Navigation Unit (INU) as defined in SNU 84-1 Rev B.
- Operate within M-Code frequencies and bandwidths.
- Support L1, L2, & L5 frequencies at a minimum.
- Generate resilient and survivable alternative positioning, navigation, and timing signals.
- Process resilient survivable data provided by signals of opportunity and on-board sensor systems.
- Implement a MOSA architecture.
- Support 3U VPX for any spare slots
- Support OMS/UCI messaging internally (future SW apps hosted in EGI) and externally (for distributed compute and other sensors/sources input)
- Support appropriate government reference architecture(s) (GRAs) to allow PNT applications to be brought in from other sources. Example AMS GRA
- Additional I/O
- DS-101 for crypto fill
- At least 1 gigabit Ethernet over copper connection that supports:
- Network timing protocol NTP v4
- PTPv2 (IEEE 1588-2008)
- (Objective) support PTPv2.1. v2.1 (IEEE 1588-2019)
- (Objective) – Additional ethernet connection and/or ability to support 2.5G, 5G and 10G over copper.
- Minimum of four (4) total 1 PPS outputs
- (1) over STP as a single ended discrete
- (3) over STP as differential RS-422
- Have a Technology Readiness Level of 6 or higher that is ready for integration and final development starting in FY27.
- Capable of completing development and entering production by FY28
- Meets U.S. Government Cyber-Security (Information Assurance) requirements.
- Qualified for use throughout the complete F-16 operational environment.
- Must fit within the current EGI Size, Weight, and Power (SWAP) allocation.
- Approximate space details: 19.2 inches long, 7.7 inches wide, and 8.1 inches high.
- Not to exceed 30 lbs.
- Operate with 28 Vdc.
- Other…
- Provide a proposed delivery schedule for EMD, Low-Rate Initial Production (LRIP), and Production hardware. Contractors are encouraged to provide budgetary estimates for EMD and Production unit costs.
- Provide strategy and schedule estimate for depot support (Contractor Logistics Support, contractor depot, or organic depot). Contractors are encouraged to provide budgetary estimates for organic depot standup.
- Provide a list of documentation, Government Furnished Equipment, and Government Furnished Information the contractor requires from the U.S. Government, as well as the dates by which they are needed. Demonstrate how your company will acquire any required source data, ICD information, specifications, and drawings.
- The EGI requires marking with UID.
- Quality Assurance Plan
a. The Contractor shall have a Quality Assurance Plan that complies with SAE AS9100 and AS9102. This program, as a minimum, shall include inspection, validation, evaluation, corrective action and procedures necessary to effect quality of all products provided under this contract.
b. The program shall allow inspection by the Government and shall be applicable to all subcontractors and members of the contractor's team, as appropriate.
c. Quality Assurance shall demonstrate that the government’s designs are adhered to and that material used conforms to the approved designs/drawings provided by the government.
- Delivery Requirements
a. For each EGI requirement, the government may request a Rough Order of Magnitude (ROM) from the contractor at no cost to establish costing and budget requirements to procure the EGI and Integration support.
b. A Delivery Order (DO) will be issued to the contractor to delineate the Governments requirements and standards.
c. Delivery Requirements will be specified on each solicitation and delivery order placed against this contract.
d. A Status Report shall be provided documenting the effort towards achieving the contract objectives and subsequent Delivery Order (D.O.) objectives.
- Parts
a. Parts ordered via this contract will be in units of 1 to 700 each and will be determined by each delivery order.
b. Diminishing Manufacturing Sources – The contractor’s solution shall maximize the use of open standards and the latest technology to ensure parts are free of obsolescence issues for a period of at least five (5) years after production of the LRU.
3. This is a request for information seeking sources capable of meeting the requirements in the description. When responding please include:
1. Company Name and Cage code.
2. Who is your POC, please provide email address and phone number.
3. Experiences with same or similar systems, please describe.
4. Suggested NAICS Code.
5. Business Size Classification for NAICS and qualifications if any as any sub-category. (i.e. 8(a), HUB Zone, SDVOSB, etc.)
6. Would you be a prime or subcontractor?
7. Lead Time for the LRU modernization.
8. Would you be supplying the EGI as a manufacturer or a distributor?
9. Would you need an industry day to examine the current structure?
10. What specifications would you recommend?
11. What type of software maintenance contract would you be able to provide?
12. How do you intend to access information and permission to use proprietary data?
13. Are you able to meet all requirements? Please justify how you’re able to meet the requirements.
4. Interested parties responding to this announcement shall indicate whether they are large, small, small disadvantaged, Section 8(a) qualified, women-owned, minority-owned, service-disabled veteran, or HUB zone, in relation to North American Industry Classification System (NAICS). Interested parties responding to this announcement shall indicate whether they are foreign owned.
5. Potential responses are requested to provide an executive summary; relevant history and evidence of past performance/capability to perform the tasking not to exceed 10 pages. The information submitted should be pertinent and specific to that which is indicative of the vendor’s capabilities to successfully perform this effort. A vendor point of contact, including an email address must be included in your response. The government does NOT intend to contract on the basis of this request or otherwise pay for the information solicited herein. Copies of your submitted information will be distributed to the AFLCMC/WAMB Program Managers and the contracting officer for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to Benjamin S. Price, AFLCMC/WAMKA, benjamin.price.12@us.af.mil, Matt Garland, AFLCMC/WAMB, matthew.garland.1@us.af.mil, and Brandon Barker, AFLCMC/WAMB, brandon.barker.6@us.af.mil; electronic copies only, no later than 30 calendar days after publication of this notice. No telephone or FAX responses will be accepted.