Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
MODIFICATION

59 -- Advanced Digital Antenna Production (ADAP) System

Notice Date
3/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
12-55
 
Archive Date
4/20/2012
 
Point of Contact
Charles Briggs, Phone: 310-653-3516, Gion Lalican, Phone: 310-653-3128
 
E-Mail Address
charles.briggs@losangeles.af.mil, gion.lalican@losangeles.af.mil
(charles.briggs@losangeles.af.mil, gion.lalican@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Synopsis is to determine if there are additional sources capable of providing the required supplies and ancillary services. This is a Sources Sought Synopsis only. No solicitation is available at this time. Requests for a solicitation will not receive a response. The Government, through the Global Positioning Systems (GPS) Directorate at the Air Force Space & Missile Systems Center (SMC/GP), is conducting market research to assist in determining the ability of industry to produce the Advanced Digital Antenna Production (ADAP) system. Description of Desired Capabilities: The Government contemplates awarding a follow-on sole source contract Raytheon Systems Limited, United Kingdom, to perform the following production, integration and test effort: (1) hardware procurement of ADAP Antenna Electronics; (2) hardware procurement of Controlled Reception Pattern Antennas; (3) hardware procurement of Ground Plan Enclosures; (4) Assembly, Integration and Test of Ground Plane Assemblies (with/without Fiber Optic Antenna Links); (5) repair of Antenna Electronics, Controlled Reception Pattern Antennas, and Ground Plane Assemblies; (6) Quick Reaction Support; (7) Technical Services; (8) transition to organic hardware support, including necessary rights in data; (9) transition to organic software support, including necessary rights in data. Antenna Electronics must meet the requirements of MIL-PRF-ADAP-AE-401, Controlled Reception Pattern Antenna must meet the requirements of MIL-PRF-ADAP-CRPA-402, and Ground Plane Assembly (with/without Fiber Optic Antenna Link) must meet the requirements of MIL-PRF-ADAP-GPA-403. The Government does not own the "Production Build" drawing/specifications for the ADAP Antenna Electronics or Controlled Reception Pattern Antenna and there are no R&D dollars available for this follow-on contract. Any changes to the existing specifications would result in a loss of interoperability with existing platform integrations and substantial costs associated with fielding multiple antenna systems (integration, training, spares, sustainment, etc.). The anticipated period of performance of the new contract is January 2013 to 30 Sep 2017. It is also anticipated that program responsibility will be transferred to Warner Robins Air Logistics Center by or shortly after award of the new contract. To accomplish program objectives, Respondents must be fully familiar with the ADAP design and interface requirements and able to begin production work upon award. The Respondent must operate facilities at and employ personnel cleared at the SECRET level and must comply with security requirements found in the GPS Security Classification Guide. Submission Instructions: Information regarding capability must be submitted in writing. Proprietary information should be marked accordingly. Statements of Capability must be received by 5 April 2012, 1200 hours, Pacific Standard Time. Submissions shall be unclassified and addressed to the contracting office personnel stated below. Responses shall be sent via e-mail and must be in electronic format (MS Word 2003 or newer, or PDF), and must conform to 8.5" x 11" page size, one-inch margins, type 12 font. Submittals must not exceed 10 pages, single-sided, in length. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Responses from small business and small disadvantaged business firms with the capability and capacity to perform this requirement are highly encouraged. The capability statement must provide the following information as a part of its cover sheet: (1) Company name and address; (2) Identify your organization's business type inclusive of any and all socio-economic status (e.g., 8(a) certified program participant, small disadvantaged, veteran-owned, service-disabled veteran owned, HUB Zone or women-owned); (3) Point of Contact, (4) Phone/fax/e-mail; (5) NAICS code(s); and, (6) Information regarding your organization's capabilities. Statements of capability shall include information relevant and specific to demonstrating the ability to meet ADAP production, integration, and test requirements described above, in additional to the following areas: (1) Experience: A brief description of previous similar projects and experience demonstrating a high level of competence in required capabilities described above, including experience with antenna systems or similar technologies; (2) Any other information that would demonstrate the ability to perform the required effort. Respondents must demonstrate the ability to accomplish this effort, including experience relevant to the required capabilities and tasks described above. Respondents should clearly demonstrate the capability to perform production, integration, and test effort described. Documentation may include, but not be limited to, government and commercial contracts that the company performed (include government points of contact both technical and contractual), references, i.e. names, titles, telephone numbers and any other information serving to document the organization's capability, e.g., awards, commendations, etc. An Ombudsman has been appointed to hear concerns from potential Respondents. The purpose of the Ombudsman is to receive and communicate concerns from Respondents when they prefer not to use established channels to communicate their concerns during any phase of the acquisition. The Ombudsman will communicate certain Respondent issues, disagreements, and recommendations on this proposed acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the Program Director or the Contracting Officer but to advocate a Respondent concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the Respondent. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. The Ombudsman is Mr Jim Gill, (310) 653-1789. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the POCs listed below. The North American Industry Classification System (NAICS) for this acquisition is 334220, with a size standard of 750 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/12-55/listing.html)
 
Place of Performance
Address: , United States
 
Record
SN02703588-W 20120324/120322235512-1ba94c514d288379f5d3906b1a27bc42 (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.