Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOURCES SOUGHT

R -- COBRA DANE

Notice Date
11/24/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-10-COBRADANE
 
Archive Date
12/19/2009
 
Point of Contact
Leshan A Gardner, Phone: 321-494-5189, Tonya DeSaussure, Phone: 321-494-8354
 
E-Mail Address
leshan.gardner@patrick.af.mil, tonya.desaussure@patrick.af.mil
(leshan.gardner@patrick.af.mil, tonya.desaussure@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a Sources Sought synopsis for a competitive services acquisition (Reference FAR Part 37) as required by FAR Part 5.2. This Sources Sought Synopsis announcement market survey is for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL A FORMAL REQUEST FOR PROPSAL IS POSTED TO THIS WEBSITE. This requirement is considered non-commercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The 45th Contracting Squadron is issuing this sources sought notice for the Operations and Maintenance (O&M) of the COBRA DANE (CD) Radar System. There are two entities involved: the CD Radar System, located at Eareckson AS, Shemya, Alaska, and the COBRA DANE Upgrade (CDU) Software Maintenance Management Facility, presently located in Woburn, MA. CD is an L-Band, computer-driven phased array radar system, whose primary mission is data collection in support of arms control and treaty verification of foreign strategic missile tests. Principal customers are the National Air and Space Intelligence Center (NASIC), State Department/Arms Control, Technology & Analysis (AC/TA), Missile Defense Agency (MDA)/Ballistic Missile Defense System (BMDS), and Space Command Space Surveillance for maintenance of the USAF catalog of orbiting objects, including observation of New Foreign Launches (NFLs) and Space Object Identification. The offeror shall have responsibility of all facets of Operations & Maintenance support as follows: a) Operations to assure system availability in response to all data collection periods of interest (POIs) 24/7, as necessary, b) Organizational and limited Depot-Level Maintenance (DLM), c) Material and specialized maintenance support d) Fully integrated logistics support, e) System engineering Hardware & Software (H/W & S/W) for sustaining and enhancing radar operations, f) Configuration Management of all O&M functions, including the CDU S/W facility, g) O&M of the CDU S/W Facility. The offeror must have sufficient knowledge of phased array radar technology and subsystems, to include high power Traveling Wave Tube (TWT) transmitters, receivers, digital signal processing, and system computers. The CD AN/FPS-108 is one-of-a-kind radar system with critical performance characteristics and mission availability requirements. The offeror must have sufficient experienced technical personnel skilled in O&M of advanced radar systems. Offerors must work with Original Equipment Manufacturers (OEMs) and other vendors, or have organic facilities, to design, develop and fabricate replacement parts and subassemblies as they become obsolete or un-maintainable. As TWT technology is paramount in the CD system (96 Active tubes), offerors should emphasize their TWT experience (any band). Experience with PIN-Diode Phase Shifter and Time Delay Assembly maintenance and repair will be noted. Reverse engineering experience of obsolete components and assemblies will also be noted. Offerors must have expertise to develop and modify Ada software programs under VMS and UNIX operating systems, using the DEC Ada and Rationale Apex programming environments on VAX 6000-series mainframes and SUN workstations. Software engineering requirements are applicable to both on-site and at the CDU S/W facility. Detailed knowledge of data collection and space surveillance radar algorithms, and data analysis to determine system performance and data processing are essential. Offerors must provide personnel to operate and maintain all interior on-site and CDU S/W facility communications systems, in addition to coordinating communications anomalies with outside agencies. Communicators must be well versed in DoD communications procedures and maintain SECRET clearances to handle COMSEC accounts. Offerors need to demonstrate logistics capabilities to support remote locations with parts, supplies and equipment. Successful offeror will be provided all on-site GFE, spares, Precision Measuring Equipment (PME), and all GFE at the CDU S/W Facility and will be responsible for all property and configuration management. Offerors must have sufficient expertise to perform all scheduled and unscheduled (preventive and corrective) maintenance. Offerors will serve as the technological interface with Government and support contractors, along with user agencies, to resolve technical deficiencies. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541330. The size standard for NAICS 541330 is $4.0M. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision. The RFP will be available electronically on or about 20 Apr 09 on this website only. Fax, telephone, written or email requests for the solicitation package will not be honored. The anticipated award date will be on or around 31 Dec 2010. A firm-fixed price (FFP) contract is anticipated. The anticipated contract is for a base year plus four (4) one-year option periods. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet @ 1-800-333-0505. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. Any award resulting from this solicitation will be made utilizing the Price/Performance Trade-Off (PPT) Techniques whereas both past performance and price will be evaluated and award may be made to other than the lowest price. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. The Government will not otherwise pay for any costs associated with providing information in response to this synopsis or any follow-up information requests. AFFARS 5352.201-9101, Ombudsman is applicable. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. If resolution cannot be made by the Contracting Officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil. If you are seriously considering submitting a proposal when a solicitation is released, please submit a Statement of Capabilities packet with brief information about your company and business size. The capabilities packages should be brief and concise, yet clearly demonstrates the ability to meet the stated requirements. Capabilities, facilities, experience or other available personnel as well as past performance on similar contracts should be included. The capabilities packet should be no longer than twenty (20) pages including graphics, tables, or photographs. Please submit information electronically by 4 Dec 2009 to: LeShan Gardner at leshan.gardner@patrick.af.mil or by mail to LeShan Gardner, 45 CONS/LGCCB, 1030 South Highway A1A, MS 1000, Patrick AFB, FL 32925-3002. One copy should also be mailed to: AFTAC/DOY, Attn: COBRA DANE Technical Team, 1030 South Highway A1A, Patrick AF, FL 32925-3002. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-10-COBRADANE/listing.html)
 
Record
SN02010674-W 20091126/091124235353-922050dc16fd36ad69e3c93d94a447d8 (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.