Inactive
Notice ID:RFI_FDMSL_6_22_11
INTRODUCTION: The Government is issuing this RFI in support of market research to identify potential sources for Air Ground Networking Radio (AGNR) Integration Services for Technical Data Package deve...
INTRODUCTION: The Government is issuing this RFI in support of market research to identify potential sources for Air Ground Networking Radio (AGNR) Integration Services for Technical Data Package development for completion of a Modification Work Order development into the AH-64E Apache platform. This announcement constitutes an official RFI as defined in FAR 15.201(e) and DOES NOT constitute a Request for Proposals (RFP) or commitment to issue an RFP in the future. The Government is not seeking proposals at this time and will not accept unsolicited proposals for this RFI. Respondents are advised the Government will not pay for any information or administrative costs incurred in responding to this RFI. The costs for responding to this RFI shall be borne solely by the responding organization. Responses to this RFI notice are not offers and cannot be accepted by the Government to form a binding contract (see FAR 15.201(e)). The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein. Follow up questions may be asked of responders for clarification, but this will not indicate a selection or preference. PURPOSE: The purpose of this RFI is to identify sources that can perform integration efforts through Technical Data Package development for completion of a Modification Work Order for the AH-64E Apache platform. AGNR BACKGROUND: The purpose of the AGNR program is to replace the aging ARC-201D radios in all enduring aviation platforms with modernized radios to meet cryptographic modernization requirements mandated by the National Security Agency. This process requires a Modification Work Order (MWO) to completed by the perspective vendor to integrate not only the updated radio but all associated ancillaries to ensure the suite of AGNR products work in each enduring aviation platforms. The AGNR performance characteristics are as follows: Complete Co-site analysis to determine optimal location of antennas on the aircraft Complete airworthiness qualification. Develop the Engineering Change Proposal (ECP). Develop the MWO. Develop updates to Operations and Maintenance Technical Manuals (TM) and perform validations and support verifications. Assemble five A and B kits for prototype, validation and verification activities. Perform prototype installation. Perform MWO validation and support verification. Perform a physical configuration audit (PCA). REQUESTED INFORMATION: Requesters need to provide the following information related to past performance on efforts of complexity levels similar to that of the AGNR Integration as identified by the characteristics in paragraph 3 of this RFI: Engineering Services Past performance data of completing an MWO integration effort. Past experience with Radio Frequency (RF) design and test. Past experience with Airworthiness Certification. Description of system engineering activities including: Requirements management Quality assurance processes Configuration Management (CM) processes Description of approach to HW engineering addressing: Design practices CM specific to HW HW quality assurance Design verification testing Program Management Description of approach to developing and executing program requirements In Accordance With a high-level schedule. Description of management approach to resource leveling to execute contractual requirements. Description of management approach to identify and fill key positions that demonstrate ability to meet contractual delivery schedules. Description of approach to managing key processes critical to the execution of contractual requirements, including: Program Management Logistics Management Business Management RESPONSE INSTRUCTIONS: Companies and organizations are invited to respond to this RFI by submitting a white paper of no more than twenty (20) one-sided pages. The size of the submittal should not exceed 5 MB. The white papers will be reviewed by USG personnel and their support contractors. To be reviewed, the statement "Releasable to USG Agencies and their supporting Contractors for Review Only" must accompany any propriety submission. All information provided will be adequately protected. Material from respondent white papers, with the exception of identified propriety information, may be incorporated into future program documentation. All submitted white papers shall follow the outline below and be provided in PDF format. Submission shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left, and right) and a 12-point Times New Roman font. Line spacing shall be set no less than single space. Title Page •• Company or organization name •• Complete mailing address •• Designated Point of Contact (name, telephone number, and e-mail address) •• Business Size Standard and NAICS Code Executive Summary Technical content Company or Organizational information Technical Competencies relevant to this RFI Certifications relevant to this RFI RESPONSE DEADLINE: White Papers shall be submitted electronically via the Department of Defense (DOD) SAFE Site File Exchange website (https://safe.apps.mil). Use the following distribution email address as prompted by the site Christopher Leonard christopher.w.leonard2.civ@army.mil . The subject line for the email submission should read: RFI: Data Sharing and Valuation – YOUR COMPANY NAME. No hard copy or fax responses will be accepted. If a late submittal is received, acceptance of such will be at the discretion of the Government. QUESTIONS OR REQUEST FOR CLARIFICATION: All questions relating to this RFI shall be submitted via email to Army Contracting Command-Redstone (ACC-RSA) point of contact christopher.w.leonard2.civ@army.mil. NO telephone calls will be accepted. Questions shall NOT contain proprietary or classified information.