Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

59 -- DIGITAL AIRPORT SURVEILLANCE RADAR (DASR)

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8730-DASR-02262016
 
Archive Date
3/26/2016
 
Point of Contact
Jeffrey Emmons, Phone: 781-225-5026
 
E-Mail Address
jeffrey.emmons.1@us.af.mil
(jeffrey.emmons.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS DIGITAL AIRPORT SURVEILLANCE RADAR (DASR) The Air Force Materiel Command, Air Force Life Cycle Management Center, Battle Management Directorate, Aerospace Management Systems Division, National Airspace System (NAS) Branch AFLCMC/HBAG, Hanscom AFB, MA is issuing a Sources Sought Synopsis to identify companies that have the capabilities for completion of the procurement of Digital Airport Surveillance Radar (DASR) systems to include turnkey and non-turnkey production system deliveries, interface development, site preparation/construction for installation and radar dismantling, contractor services for site implementation and engineering support activities, program management support, and technical refresh of existing DASR systems already fielded. The acquisition and contract strategy have yet to be revised, and this survey will be one of the factors used by the Government in the acquisition planning process. This is not a Request for Proposal (RFP) or a Notice of Contract Action. This is a market research survey to determine the availability and adequacy of potential sources prior to revising acquisition strategy and contract strategy. This is a Sources Sought Synopsis. There is no solicitation available at this time. Requests for a solicitation will not receive a response. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Government requests interested parties submit a statement of their qualifications with respect to the criteria described herein. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center employees, and Advisory & Assistance Services contractor employees supporting the National Airport System (NAS) Branch, AFLCMC/HBAG, unless the respondent clearly objects in writing to the release of the submission to Federally Funded Research and Development Contractor employees and Advisory & Assistance Services Contractor employees supporting the National Airport System Branch, AFLCMC/HBAG, in a cover letter accompanying its capabilities package. The proposed North American Industrial Classification System (NAICS) Code for the overall program is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical Systems and Instrument Manufacturing The size standard for this NAICS code is 1,250 employees. We are seeking and are open to all types of small business participation. The place of performance shall be at the contractor's facility and at DoD/FAA facilities worldwide. INSTRUCTIONS FOR RESPONDING TO THE SOURCES SOUGHT DIGITAL AIRPORT SURVEILLANCE RADAR (DASR) •1. The following offeror information must be provided: Company Name CAGE code and DUNS number Address Telephone Number Fax Number Email Address Point of Contact for further clarification or questions Company Size relative to NAICS code 334511 Based on the NAICS code 334511 and a size standard of 1,250, please identify all of the following that are applicable: HubZone small business, an 8(a) program participant, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, or women-owned small business •1. Interested parties must submit a capabilities package, with a cover letter, that is concise, yet clearly demonstrates ability to meet the stated requirements with adequate staffing of qualified personnel. The capabilities package shall clearly present evidence the interested party is fully capable of providing the required service, and as such may contain any information that the interested party feels is relevant. The capabilities package requirements are to be presented in accordance with the major sections outlined in the Capabilities Package Requirements section. •2. Responses shall not exceed 10 single-spaced pages, 12 point font typed with at least 1" margins. Each page of your package shall be printable on 8 ½" x 11" paper. Cover, tab dividers, title pages, glossaries, and table of contents are not required. Delivery of a Compact Disc (CD) is acceptable. Please note: emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions may not be delivered to the intended recipients. •3. Additional relevant information shall be provided as an attachment and shall not exceed two single-spaced pages, 12 point typed with at least 1" margins. Each page of the attachment shall be printable on 8 ½" x 11" paper. Delivery of a Compact Disc (CD) is acceptable. Please note: emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions may not be delivered to the intended recipients. •4. If further information/clarification is needed, please contact Mr. Jeffery L. Emmons, Contracting Officer, at DSN 845-5026, Commercial (781) 225-5026, jeffery.emmons.1@us.af.mil. •5. Responses are to be mailed to AFLCMC/HBAK, Attention: Mr. Jeffery L. Emmons, 75 Vandenberg Drive, Bldg 1630, Hanscom AFB, MA 01731, received no later than, 11 Mar 2016 3:00 p.m. EST. •6. An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The AFLCMC Ombudsman can be contacted at: Ms. Jill Willingham, GS-15, DAF Ombudsman 1790 10th Street Wright Patterson AFB, OH 45433-7630 Telephone #: 937-255-5472 E-Mail: jill.willinghamallen.1@us.af.mil CAPABILITIES PACKAGE REQUIREMENTS DASR Overview •1. DASR is a terminal air traffic control radar system that replaces current analog systems with new digital technology. The DASR system is a key component of the National Airspace System (NAS) modernization. The Government nomenclature for the DASR radar is ASR-11. The ASR-11 is replacing existing ASR-7, ASR-8 and AN/GPN-12, -20, and -27 systems. These older radars, some over 20 years old, are being replaced to improve reliability, provide additional weather data, reduce maintenance costs, improve performance, and provide digital data to new digital automation systems for presentation on air traffic controller displays. •2. The complete or "turnkey" DASR system includes the hardware (radars), plus the site activation process, which includes: engineering and technical services for the conduct of site surveys, site designs, site construction, installation, System of Systems (SoS) optimization, and dismantlement of existing radars. •3. The DASR site activation process is a tightly integrated, highly specialized process, requiring detailed specific knowledge of the DASR's design and performance. It is essential that site activation tasks be conducted concurrently in order to successfully execute cost, schedule and performance of the DASR system. Scope •1. The purpose of this effort is to complete the procurement of Digital Airport Surveillance Radar (DASR) systems to include turnkey and non-turnkey production system deliveries, interface development, site preparation/construction for installation and radar dismantling, contractor services for site implementation and engineering support activities, program management support, and technical refresh of existing DASR systems already fielded. •2. Based on this scope of work, the following should be addressed as part of your response to this Sources Sought: •a. RELEVANT EXPERIENCE. Please provide up to three examples showing experience performing sustainment and modernization of dispersed systems of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the sustainment services described herein. •b. DISCLAIMER AND NOTICE: This is a sources sought synopsis only and does not constitute a commitment, implied or otherwise, that AFLCMC/HBAK will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotations. This request for capability information shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7ebbf4695de81e6064ba013e0fd44f04)
 
Place of Performance
Address: Air Force Materiel Command, Air Force Life Cycle Management Center, Battle Management Directorate, Aerospace Management Systems Division, National Airspace System (NAS) Branch AFLCMC/HBAG, Hanscom AFB, MA, Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN04032464-W 20160228/160226234316-7ebbf4695de81e6064ba013e0fd44f04 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.