Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2004 FBO #1115
SOURCES SOUGHT

J -- Operation and Maintenance of Cobra Dane Radar System

Notice Date
12/13/2004
 
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, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
Reference-Number-FA2521-04-CobraDane
 
Response Due
1/12/2005
 
Archive Date
1/27/2005
 
Point of Contact
Janice Heaton, Contract Specialist, Phone 321-494-8371, Fax 321-494-5403, - Susan Hanson, Contracting Officer, Phone 321-494-1668, Fax 321-494-5403,
 
E-Mail Address
janice.heaton@patrick.af.mil, susan.crockett@patrick.af.mil
 
Description
The 45th Contracting Squadron is issuing this sources sought notice for the Operations and Maintenance (O&M) of the COBRA DANE Radar System. COBRA DANE is a ground-based, computer-driven phased array radar system located at Eareckson Air Station on the island of Shemya, Aleutian Islands, Alaska. The radar’s primary mission is data collection in support of arms control and treaty verification of foreign strategic missile tests. The principal customers are National Air & Space Intelligence Center (NASIC) and State Department/Arms Control and Technology and Analysis (State/AC/TA). The corollary mission is Ground-based Midcourse Defense as part of the Ballistic Missile Defense System. A secondary mission provides routine and tasked orbital debris and satellite tracking information to Cheyenne Mountain Air Station in Colorado Springs, CO. The offeror will have responsibility for all aspects of Operation and Maintenance Support as follows: a) System engineering for sustaining and enhancing radar operations, b) Configuration management, c) Hardware and software modification, d) Organizational and depot level maintenance, e) Operations to assure system availability to respond to all data collection periods of interest, twenty-four (24) hours a day, 365 days a year as necessary, f) Supply and specialized maintenance support, g) Fully integrated logistics support. The offeror must have in-depth knowledge of phased array technology and radar subsystems, including L-Band transmitter, receiver, digital signal processing, and computer hardware. This system, designated AN/FPS-108, is a one-of-a-kind radar system with critical performance characteristics and mission availability requirements. The offeror must have sufficient experience with the more advanced radar systems, and personnel skilled in O&M of such systems. Offerors must have access to or have organically, facilities to design, develop, and fabricate new and replacement parts and assemblies as they become obsolete. This will include mechanical, electrical, and electronic items. Offerors must have expertise with high power helix-type Traveling Wave Tube (TWT) technology, as the system is powered by 96 TWTs. The offerors must also have experience with digital PIN-diode Phase Shifter Assembly and Time Delay Unit maintenance and repair, as both forms of beam steering are utilized. Capabilities must be available to perform reverse engineering to fabricate special or obsolete components and assemblies and have capability for industrial certification in welding/soldering etc. 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, Sun Blade workstations and equivalent. Detailed knowledge of intelligence data collection and space surveillance radar algorithms, and data analysis to determine system performance and data processing are essential. Offerors must provide communications personnel to operate all interior and exterior communications systems. This encompasses a 256kbps data link and operations of the Information Broadcasting System (IBS) as well as a link to Cheyenne Mountain Air Station and other DoD communication assets within and outside the facility. Operators must be well-versed in DoD communication procedures and must be able to have a minimum of a Secret security clearance. For the actual performance of this contract, at least two technicians are required to have TS/SCI clearances for a collateral island support responsibility. A Comsec account must also be maintained. Offerors must have a proven logistics capability and should demonstrate the ability to support the COBRA DANE program with parts, supplies, and equipment. Government property: successful offerors will be provided all available Test Measurement and Diagnostic Equipment (TMDE), Precision Measuring Equipment (PME) and spares at the COBRA DANE facility, and the current O&M contractor’s account. Offerors must have sufficient resources to provide Depot Level Maintenance and/or modifications essential to mission success. Successful offerors must perform organizational (on-line equipment) and preventive and corrective maintenance. Offerors must serve as the technological interface with other government contractors and user agencies to resolve technical deficiencies and carry out system improvements with both user and contractor personnel. A site visit/preproposal conference for offerors will be scheduled at a later date. The funding level for this work is 4-5M per year with a one year base period and four 1-year option periods. Contract award is anticipated in December 2005. All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services within 30 days from the date of this publication. The capabilities packages should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Capabilities, facilities, experience or available personnel as well as past performance on similar contracts should be included. All small businesses, small disadvantaged sources and HUB Zone eligible entities should identify themselves as such. The applicable North American Industry Classification System (NAICS) code is 541330/$4.0 million. The capabilities packages should not be longer than twenty (20) pages including graphics, tables or photographs. One copy should be sent to: AFTAC/DOY, Attn: COBRA DANE Technical Team, 1030 South Highway A1A, Mail Stop 1000, Patrick AFB FL 32925. Another copy should be addressed to: 45 CONS/LGCCB, Attn: Janice Heaton, Patrick AFB, FL 32925. This sources sought notice is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the government nor will the government pay for information solicited. NO PHONE CALLS WILL BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/45CONSb423/Reference-Number-FA2521-04-CobraDane/listing.html)
 
Place of Performance
Address: Patrick AFB, FL
Zip Code: 32925
Country: United States
 
Record
SN00720714-F 20041215/041213212027 (fbodaily.com)
 
Source
FedBizOpps.gov 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.