Virginia Bids > Bid Detail

General Purpose Automatic Test Systems (GPATS) Modernization RFI

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
Opps ID: NBD00159689761665428
Posted Date: May 3, 2023
Due Date: Jun 2, 2023
Solicitation No: M67854-23-I-5105
Source: https://sam.gov/opp/0800d5e36b...
Follow
General Purpose Automatic Test Systems (GPATS) Modernization RFI
Active
Contract Opportunity
Notice ID
M67854-23-I-5105
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
USMC
Sub Command
MARCOR SYSCOM
Office
COMMANDER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 03, 2023 02:21 pm EDT
  • Original Response Date: Jun 02, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    Quantico , VA
    USA
Description

REQUEST FOR INFORMATION



M67854-23-I 5105





Program Manager Supply & Maintenance Systems





Description



Marine Corps Systems Command (MARCORSYSCOM) Program Manager Supply & Maintenance Systems (PM SMS) is seeking information from industry regarding replacing three of its currently fielded General Purpose Automatic Test Systems (GPATS). Third Echelon Test Set (TETS), Virtual Instrument Portable Equipment Repair/Tester (VIPER/T), and the AN/USM-717(V)3 Virtual Instrument Portable Equipment Repair/Tester Electro/Optic (VIPER/T EO).





Note: Pictured TETS and VIPER/ T V2/V3. The VIPER/T and the VIPER/T EO are identical except for the inclusion of a collimator in the EO version for testing electro optic systems.





Background





GPATS are test systems comprised of an Automated Test System (ATS) and Application Program Sets (APSs). The system provides portable test capability that is re-configurable for multi-role operations. GPATS has the capability of powering, screening, testing, and diagnosing electronic, electro-optical and electro-mechanical Line Replaceable Units (LRUs) and Circuit Card Assembly (CCA) for a wide variety of weapon systems and equipment. GPATS is also capable of fault detection on individual CCAs. The GPATS is constructed from modified Commercial-Off-the-Shelf (COTS) equipment using modular instrument technology. The APSs provide an interface between the GPATS and the equipment being tested as well as provide the Test Programs that control the GPATS and the equipment being tested. The GPATS Modernization effort is concerned with the GPATS capabilities only (APS modernization will be a separate effort).





The current GPATS consists of a Primary and Secondary Chassis for housing test equipment cards, a Power Distribution Unit (PDU), an Instrument Controller, an interface between the test instruments and the UUT (Receiver Assembly), and a Stand-Alone Instrument Fixture (SAIF). The SAIF provides the operator with access to stand alone instrument functions, connectivity for calibration services, and the ability to self-test and verify the operation of system modules.





The currently fielded TETS and VIPER pictured above are over 20 years old.





Expectations





It is expected that new technologies are available that would allow for smaller size/lighter weight replacement systems that have more capabilities and utilize less power.





It is expected that the replacement system will have the same capabilities (test capability, power distribution, UUT connections, and standalone instrument access); however, it may utilize a different form factor.





Replacement systems need to be able to support four key objectives:






  1. Meet or exceed the requirements in the system specification.

  2. Provide SWaP-C solutions for modular, scalable, and lightweight tactical test capabilities accounting for future system expansion.

  3. Ensure solutions are compatible for testing while conducting shipboard operations.

  4. Eliminate the need for separate hardware interfaces.





PM SMS considers reducing the size and weight of the new systems to be of critical importance. One of the main drivers of the large size and weight of the current systems was their high current draw. An objective is to remove the requirement to utilize a three-phase power input if possible; however, it is recognized the power requirement is driven more by providing power to the Unit Under Test (UUT) than the instrument itself.





Attached is a general systems specification sheet. The full specification will be developed over time and may be influenced by responses to this RFI and future correspondence.





Also attached is a reference document providing information on supported Application program sets.





Responses



Interested parties are requested to respond to this RFI with a white paper in Microsoft Office Word 2016 or compatible format no later than 2 June 2023, 1:00 PM EST. Responses shall be written in Times New Roman single spaced 12-point font. Responses shall be via email only to: Mark Denhup at mark.denhup2@usmc.mil and Kimberly Stone at kimberly.a.stone@usmc.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.





(1) Section 1 of the white paper shall provide administrative information. Administrative information shall include at a minimum:






  • Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and email of designated point of contact (POC).






  • Recommended contracting strategy (Commercial, Noncommercial, Firm Fixed Price, Cost).






  • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services.






  • Data Universal Numbering System (DUNS) Number, SAM.gov Unique Entity ID and Contractor and Government Entity (CAGE) Code (if your company has these).






  • The facility security clearance of the offeror (if available, but not required).






  • Small business participation (small business percentage use) and potential business partners.





Section 1 of the white paper shall be limited to 4 pages.





(2) Section 2 of the white paper shall provide information on the concept of a replacement for the TETS, VIPER/T, and VIPER/T EO. This could be three systems, or if technology has matured enough to allow for all three capabilities to reside in a single instrument, that can be proposed. Note that companies may submit more than one response if they are submitting a response for a replacement with three systems (one for each), a replacement with two systems (replaces all three systems with two systems), or a single system to replace all three.





Section 2 of the white paper shall be limited to 20 pages.





(3) Section 3 of the white paper shall provide a cost estimate of what it would cost to provide the replacement systems(s) to include hardware, software, labor categories, labor hours, and any non-recurring engineering. This is a general estimate that has no contractual binding and is simply meant for budgeting purposes for the Government. If the Government decides to replace the GPATS, an official request for proposal will be released at a later date.





It is requested that white papers include comments to the draft performance specification of the replacement system (included with this RFI).





Industry Discussions



MARCORSYSCOM representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, especially any development and/or certification risks.





Questions



Questions regarding this announcement shall be submitted in writing via email to Mark Denhup at mark.denhup2@usmc.mil and to Kimberly Stone at kimberly.a.stone@usmc.mil no later than 12 May 2023. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 12 May 2023 will be answered.





THIS IS A REQUEST FOR INFORMATION ONLY. This RFI has been issued solely for information and planning purposes in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. It does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Marine Corps is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Responses may not include classified material. Not responding to this RFI does not preclude participation in any future RFP, if one is issued. If a solicitation is released, it will be synopsized on the SAM.Gov (https://.sam.gov/) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.





Attachment



(a) GPATS Modernization System Specification



(b) APS Supported PEI LRU Reference Document


Attachments/Links
Contact Information
Contracting Office Address
  • MARCORSYSCOM 2200 LESTER STREET
  • QUANTICO , VA 22134-6050
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 03, 2023 02:21 pm EDTSources 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 >