Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

58 -- Surface Based Instrumentation RADAR System

Notice Date
2/12/2018
 
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, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA248718RADAR
 
Archive Date
5/1/2018
 
Point of Contact
Nick Griswold, Phone: 8508831003
 
E-Mail Address
nicholas.griswold.2@us.af.mil
(nicholas.griswold.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing surface based instrumentation RADAR systems. Multiple or alternate RADAR systems may be described in response to this RFI. The requested RADAR information includes System performance measures and specifications, Build and deployment history and status, Spare parts availability, Supportability, Environmental capability (storage, transport, operation), Maintenance requirements, Remote operation capability, Data interfaces, Manpower requirements (maintenance and operations), Calibration requirements, Maturity of design and technology, and Siting support requirements (power, structural mounting, physical space, etc.). The base capabilities define the minimum RADAR performance measures, while the extended capabilities define capabilities beyond the minimum RADAR performance measures. RADAR systems described in response to this RFI should meet all of the base capabilities and in addition may meet any subset or all of the extended capabilities listed. The following is a list of base/minimum capabilities and extended capabilities: BASE CAPABILITIES: • Frequency: C- band operation (~5.4 - 5.9 GHZ); • Angle Accuracy: ≤ 1.0 milliradian, 1σ; • Range Accuracy: ≤ 5.0 yards, 1σ; • Simultaneous Target Tracks: 1; • Target Skin Track Performance: RCS = 0 dBsm target @ > 100 nmiles, Velocity = 0 - 2000 m/sec; • Operation/Control: Local to system and remote (full functionality including calibrations) using industry standard network protocols and PC workstations; • Acquisition: Slave to TSPI target data source, transition track from current target to separating (accelerating and non-accelerating) target; • Mobility: Fixed site operation, Transportable; • Beacon Track: > 500 nmiles, Beacon compliant with Range commanders Council Standard 262-14 [C (G) - BAND & X (I) - Band Noncoherent RADAR Transponder Performance Specification Standard]; • Azimuth coverage: 360 deg continuous; and • Elevation coverage: -5 to 185 deg; EXTENDED CAPABILITIES: • Angle Accuracy: ≤ 0.2 milliradian, 1σ; • Range Accuracy: ≤ 2.0 yards, 1σ; • Multi-Object Tracking: 20 simultaneous tracks, Auto search and acquisition; • Target Skin Track Performance: RCS = -10 dBsm target @ > 100 nmiles; • Transmitter/Receiver/Signal Processing: Coherent, High Range Resolution: < 2 ft, 1σ; and • Mobility: sea surface platform operation All interested vendors shall submit a response demonstrating their capability to provide the RADAR Systems to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 pages. Responses may be submitted electronically to the following e-mail address: nicholas.griswold.2@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA248718RADAR". If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only Government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 11:00 A.M. (CST) ON 16 April 2018. Direct all questions concerning this requirement to Nick Griswold at nicholas.griswold.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7866f62a0e536a1663de917177878cf5)
 
Place of Performance
Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04819764-W 20180214/180212231316-7866f62a0e536a1663de917177878cf5 (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.