Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2005 FBO #1322
SOLICITATION NOTICE

R -- Operation and Maintenance of the Cobra Dane Radar System

Notice Date
7/8/2005
 
Notice Type
Solicitation Notice
 
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
FA2521-05-R-0025
 
Point of Contact
James Loeffler, Contracting Officer, Phone (321) 494-4220, - Susan Hanson, Contracting Officer, Phone 321-494-1668, Fax 321-494-5403,
 
E-Mail Address
james.loeffler@patrick.af.mil, susan.hanson@patrick.af.mil
 
Description
THIS IS A SYNOPSIS FOR A COMPETITIVE SERVICES ACQUISITION (REFERENCE FAR PART 37) AS REQUIRED BY FAR PART 5.2. THIS IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE FINAL RFP IS POSTED TO THIS WEBSITE. This requirement is considered noncommercial in nature and any resultant contract will be awarded in accordance with FAR Part 15. The scope of this work is as follows: Services are required to provide Operations and Maintenance (O&M) of the COBRA DANE Radar System. A previous notice for sources sought for this requirement was posted 12 Jan 2005 under reference number FA2521-04-CobraDane. 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. It also provides other intelligence sensors with precision inter-range vectors as needed. 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 and development, d) Organizational 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 may be necessary, f) Supply and specialized maintenance support, g) Fully integrated logistics support. The offeror must have in-depth knowledge of phased array technology, 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. 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 powering 15,360 individual elements. The offerors must also have experience with digital PIN-diode Phase Shifter and Time Delay operations, 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 operating system, using the DEC Ada programming environment on VAX 6000-500 series mainframes or equivalent. Detailed knowledge of data collection and space surveillance radar algorithms, data analysis to determine system performance and data processing is essential. Offerors must provide communications personnel to operate all interior and exterior communications systems. This encompasses a 256kb data link and operations of the Tactical Intelligence Broadcasting System (TIBS) 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 crypto 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. Successful offerors must perform organizational (on-line equipment) and intermediate (off-line equipment) level 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 for potential offerors will be held if requested. Requests for site visit must be received by 15 JUL 05. If held, one visit for all offerors, has been tentatively scheduled for 25 JUL 05. Personnel must arrive at Anchorage, Alaska one day prior to the site visit for early departure from Elmendorf AFB. Parties wishing to participate in a site visit must notify the Contracting Officer, James Loeffler by email or fax (at the above listed number or address). Send name, job title, social security number, gender, security clearance, and company name, telephone number and email address with your response. A bidder’s library has been established at Patrick AFB, FL. Some documents are available in soft-copy and can be provided electronically. The point of contact for the library is Stephen Herman, phone 321-494-1217 or e-mail stephen.herman@patrick.af.mil. The Statement of Work will provide a listing of government furnished information. The period of performance is anticipated to be five (5) years. Contract award is anticipated in December 2005. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the government. The government does not intend to award a contract on the basis of this notice. The government will not otherwise pay for either the information solicited or any required travel expenses. This acquisition will be conducted on an unrestricted basis, without set-asided. The applicable NAICS code is 541330 and the size standard is $4.0M. A firm fixed price (FFP) type contact is anticipated with cost reimbursement line items for material, equipment, supplies, and subcontracted minor maintenance services. Solicitation issue date of 5 AUG 2005 and proposal due date of 16 Sep 2005 are tentative. Draft versions of selected solicitation documents are attached. Comments are requested to be submitted not later than 25 JUL 2005. This acquisition will be conducted on an unrestricted basis, without set-aside. The RFP will be available by electronically on this web-site. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (See Internet site: http://www.ccr.dlsc.dla.mil) It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet (1-800-333-0505). All responsible sources may submit a proposal and shall be considered for award. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUL-2005); 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/FA2521-05-R-0025/listing.html)
 
Place of Performance
Address: Shemya, AK
 
Record
SN00843528-F 20050710/050708211544 (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.