Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
DOCUMENT

99 -- Mobile Sensors Operations and Maintenance - (DRAFT) Statement of Work

Notice Date
8/27/2008
 
Notice Type
(DRAFT) Statement of Work
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AF ISR Agency Contracting Div, 102 Hall Blvd, Ste 258, San Antonio, Texas, 78243-7091, United States
 
ZIP Code
78243-7091
 
Solicitation Number
FA7037-08-R-0002
 
Archive Date
9/24/2008
 
Point of Contact
William R Hetrick,, Phone: (210) 977-6622, Gary D Whitney,, Phone: 210-977-6314
 
E-Mail Address
william.hetrick2@lackland.af.mil, gary.whitney@lackland.af.mil
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE MOBILE SENSORS OPERATIONS & MAINTENANCE SERVICES Point of Contact: William Hetrick, Contracting Officer, AF ISR Agency/A7KA, 102 Hall Blvd, Suite 258, San Antonio, TX, 78243-7091, FAX 210-977-6414 This is a sources-sought notice to determine contractors who would be interested in this competitive procurement. The anticipated contract will be one base year, plus five option years. The contractor must possess a TOP SECRET facility clearance to secure certain classified solicitation documentation located in the bidder's library. All Operations and Maintenance (O&M) positions will require a minimum of SECRET clearance, with several positions requiring TOP SECRET/SCI clearances. Due to the classification of the information handled by most O&M personnel, foreign entities will not be considered. The Statement of Work is unclassified. The O&M of two current online Mobile Sensors (MS) platforms, plus another new MS platform due online early FY2013, is being opened for competitive source selection. The COBRA JUDY instrumentation system is installed on the United States Naval Ship (USNS) Observation Island, COBRA JUDY is capable of gathering extensive radar data on orbiting earth satellites and ballistic missiles. COBRA JUDY consists of two radar systems, along with numerous support systems. The support systems consist of automatic data processing equipment (ADPE), extensive communications suites, navigation, timing, and weather. The S-Band coherent monopulse radar system is a phased-array consisting of a 250-ton rotating turret, housing the sixteen Traveling Wave Tubes (TWTs), supporting power supplies and modulators, and the antenna array. The supporting S-Band electronics and ADPE are located off-turret. The X-Band coherent monopulse radar system consists of a 30-foot dish antenna steerable in azimuth and elevation, with two TWTs installed on-mount. The X-Band HV power supplies, modulators and electronics are installed off-mount. The GRAY STAR instrumentation system is installed on the USNS Invincible. GRAY STAR is capable of collecting radar data on orbiting earth satellites and tactical ballistic missiles. GRAY STAR consists of two radar systems, along with numerous support systems. The support systems consist of ADPE, communications suite, navigation and timing. Both the S and X-Band radar systems use a common 5-meter dish antenna. The S and X-Band TWT transmitters are located within a newly-constructed permanent ship enclosure. The supporting electronics and ADPE are located within the Radar Instrumentation Center. The third system, COBRA JUDY Replacement (CJR), is currently being manufactured and will be integrated onboard an unnamed USNS ship, currently being constructed. The system will consist of both a Phased Array S-Band radar system and a Phased Array X-Band radar system. Both systems will employ T/R modules, versus TWT applications. The electronics, timing, navigation and diagnostic programs for both radar systems are all located in the Common Back End. Approximately one year prior to CJR IOC (Oct 2011) the CJR Program Office will fund the O&M contractor to support IOT&E testing of the CJR radar and instrumentation systems. This will consist of full technical and logistical manning. Upon achieving IOC, the CJR platform will be fully integrated into the O&M contract. The offerer will have responsibility for all aspects of O&M, to include, but not limited to, radar operations, organizational and depot-level maintenance aboard all platforms, configuration control, software maintenance and modification, COMSEC management, extensive Navy-oriented communications suites, instrumentation availability for extended periods, supply and specialized maintenance support to include full integrated logistics support, engineering support to all platforms, and data reduction and analysis responsibilities. All three mobile instrumentation platforms are unique one-of-a-kind systems with extremely critical performance characteristics and mission availability requirements. This performance-based solicitation requires the contractor to meet established data collection criteria, requiring high levels of system reliability during mission periods. The offerer must have sufficient experience with radar and ancillary equipment and personnel skilled in operating and maintaining these type systems. Communications personnel must have in-depth knowledge of DOD, COMSEC and US Navy communications procedures and must be qualified to hold TS/SCI security clearances. Offerer must have sufficient depth of depot-level maintenance personnel to deploy worldwide to effect repairs and perform depot-level maintenance on all instrumentation systems as directed by CDRL and MS Operating Instructions. Offerer must have sufficient depth of both RF and software engineers to effect repairs onboard all platforms that are beyond capability of onboard technical staff. There is no level of effort requirement in this solicitation but the Government reserves the right to activate this requirement via specific CLIN if necessary. In addition, the Government has reserved certain CLINs for possible future additional radar logistics support. For this source selection, utilization of currently employed operation and maintenance personnel for ship borne systems is considered by the Air Force a major risk abatement technique. Willingness to employ this technique must be presented as part of your response to the solicitation that will be issued at a later date. Please fax to the above referenced contracting officer the following information: a) Point of Contact who possesses minimum SECRET clearance, with email address, voice and fax telephone numbers; b) name, email address and phone number of company security manager; c) point of contact and phone number of Defense Security Service office that surveils your company. Statement of Work (DRAFT) attached
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09ab4dc009aa6354107588552d660087&tab=core&_cview=1)
 
Document(s)
(DRAFT) Statement of Work
 
File Name: Mobile Sensors (DRAFT) Statement of Work (Draft MS SOW (27Aug2008) (1).docx)
Link: https://www.fbo.gov//utils/view?id=efbfd2e96bea49f69bfedc719908e8bf
Bytes: 356.83 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01652936-W 20080829/080827221740-09ab4dc009aa6354107588552d660087 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.