Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
MODIFICATION

99 -- ARTS-V4

Notice Date
2/8/2018
 
Notice Type
Modification/Amendment
 
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 / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA821018R5001
 
Archive Date
11/16/2017
 
Point of Contact
Melissa S Huston, Phone: 8017778665, Cory Hansen, Phone: 8015863965
 
E-Mail Address
melissa.huston.2@us.af.mil, cory.hansen@us.af.mil
(melissa.huston.2@us.af.mil, cory.hansen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Document Type: Sources Sought Notice Solicitation Number: FA8210-18-R-5001 Posted Date: October 2, 2017 Response Date: November 1, 2017 Requirement: Replicate a surface-to-air (SAM) radar system to fulfill the need for both Short and Long Range advanced threat training system. NAICS: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only for the development and production of the Advanced Radar Threat System-Variant 4 (ARTS-V4). 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334511, which has a corresponding size standard of 1,250 employees. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran­ Owned, Hub-zone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice and identify your small business status to the identified NAICS code if applicable. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers within the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work that will be accomplished by the teaming partners. The information provided will be used to determine the best acquisition strategy for this procurement. The Government will not provide reimbursement for the information provided. 2. PROGRAM DETAILS: 2.1 The following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability. 2.2 The ARTS-V4 program anticipates a pre-Milestone B program to replicate a surface-to-air (SAM) radar system to fulfill the need for single platform, multiple range (short and long) tactical advanced threat training system. ARTS-V4 will be a single platform, multiple range (short and long), mobile Surface-to-Air Missile (SAM) consisting of a target acquisition radar, a target engagement radar and a missile and target tracking Electro-Optical/Infrared (EO/IR) system. The target acquisition radar will perform at S band either 1) steering mechanically in azimuth and electronically in elevation, or 2) electronically steering in both azimuth and elevation. Target engagement radar operates in the SHF-EHF bands. It operates as a Passive Electronically Scanned Array (PESA) electronically steered in both azimuth and elevation. The system needs to replicate current threats at a fidelity necessary to stress current EW systems, support 5th Gen engagements, and support CAF Live Virtual Constructive implementation. 2.3 ARTS-V4 shall track and engage multiple targets simultaneously, and is capable of engaging fixed- and rotary wing aircraft. The Target Engagement radar is integrally connected with an electro optical tracking system which includes a longwave thermal imager and dual band short/mid-wave IR tracker. The weapon system is manned by two operators and is reactive to aircrew/aircraft defensive measures. 2.4 The weapon systems are integrated on a mobile, robust and ruggedized system capable of performing on the move, in all terrain including driving on gravel roads and climbing obstacles. The system should provide threat representative full effective radiated power, replicate threat signals, antenna patterns, operational modes and threat tactic capabilities. The system must also be capable of missile fly out simulation and engagement scoring system as well as sending real time results to Range Control Center integrated within the Range's Digital Integrated Air Defense System (DIADS)-controlled threat environment for processing and analysis. 2.5 The ARTS-V4 system includes antenna, transmitters, all command, control, and communications (C3) equipment, power generation equipment, and radar cross section (RCS) and EO/IR representation (including transport vehicle and trailer). 2.6 The ARTS-V4 Technical Data Package (TDP) is planned to be a comprehensive source file capable of supporting re-procurement, re-manufacturing, operational mission requirements, and total organic system sustainment of both hardware and software. The Government intends to acquire data rights for the ARTS-V4 TDP as defined in DFARS 227.7103-5, DFARS 252.227-7013, and DFARS 252.227-7014 in order to maintain competition throughout the lifecycle. 2.7 AFLCMC/HBZ, Aerospace Dominance Enabler Division, Hill AFB, UT intends to award a contract to develop and field the ARTS-V4 system. The ARTS-V4 specifications are to be defined in future ITEAMS reports and the System Performance Specification (SPS). The system radar signal shall be threat representative in accordance with the SPS. These reports are currently being developed and will be release during future market research events. Subject to change, AFLCMC/HBZ could be looking to field 60-90 systems within a 4 year development and 7 year production period. 3. INDUSTRY RESPONSE: All information submitted shall be Unclassified. Information submitted containing proprietary data should have the cover page and each page containing proprietary data clearly marked as containing proprietary data. Information submitted will be retained at AFLCMC/HBZCD and will not be returned. The Government requests the information be submitted in electronic format to Cory Hansen no later than November 1, 2017. 3.1 The Government requests interested parties provide the following information: •a. Company Name and Commercial and Government Entity (CAGE) code. •b. Name, phone number, and email address for a point of contact(s). •c. The applicable North American Industry Classification system (NAICS) code for this acquisition is 334511: Based on this NAICS code what is your size status? •p Small Business •p Small Disadvantaged •p Women-Owned •p Veteran-Owned •p Service Disabled Veteran Owned •p Hub-zone •p Large Business •d. If your company believes a different NAICS code is more appropriate, please list below with explanation. •e. What is your familiarity with the existing ARTS program (ARTS-V2)? •f. A description of similar work performed for the Government and for commercial customers during the past three years. •g. Describe how you intend to meet the requirements in 2.1-2.7 •h. Provide feedback on the feasibility of potential quantities and timelines mentioned above. •i. Provide feedback on the feasibility of expediting timelines. •j. Is your interest in this effort as a prime or sub-contractor? •k. Are you currently registered in System for Award Management (SAM) and Wide Area Workflow (WAWF)? •l. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, National Aerospace and Defense Contractors Accreditation Program (NADCAP))? 4. The points of contact for this notice are: Cory Hansen Contracting Officer 801-586-3965 cory.hansen@us.af.mil Melissa Huston Contracting Officer 801-777-8665 Melissa.Huston.2@us.af.mil 5. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The System Program Office will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. 6. Responses to this notice shall be sent to Cory Hansen at the e-mail address listed above. Please follow-up to your response through email or phone call.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA821018R5001/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04816404-W 20180210/180208231036-680acaf05e188d9a88d0fbf35b50d2cf (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.