MODIFICATION
J -- Radar Processor Logistics and Communications Electronic Engineering
- Notice Date
- 12/22/2006
- Notice Type
- Modification
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, ACC CONS, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4890-07-T-0004
- Response Due
- 1/8/2007
- Archive Date
- 1/23/2007
- Point of Contact
- Ramona Brown, Contract Manager, Phone 757-225-7717, Fax 757-225-7765, - Ronald Toler, Contracts Manager, Phone 757-225-7724, Fax 757-225-7765,
- E-Mail Address
-
ramona.brown@langley.af.mil, ronald.toler@langley.af.mil
- Description
- Air Combat Command Radar Processor Logistics and Communications-Electronics Engineering Support STATEMENT OF WORK (SOW) DATE 11/21/06 1.0 INTRODUCTION 1.1 Organization. Headquarters, Air Combat Command/Air Defense Support 1.2 Background and Objective. The United States Air Force has charged Air Combat Command (ACC) with the mission of radar surveillance, detection and monitoring in support of Operation Noble Eagle (ONE) and the efforts to combat Narco-Terrorism. ACC is the force provider and the Department of Defense (DOD) component for system operations and maintenance for sensor facilities, command control centers, and air defense forces in the Continental United States and Participating Nations (PN) engaged in Counter Narco-Terrorism (CNT). To aid in this effort, ACC utilizes a family of radar processors, which, include but are not limited to the Surveillance and Tracking Radar Processor (STRAP), Digital Weather Intelligence Data (DWID) equipment suite, and other like equipment to provide quality sensor data. To ensure continued mission sustainment the contractor shall provide required integration engineering services to include technical, engineering, and logistics support for this family of radar system processors, as well as their integration with Command and Control (C2) centers. 1.3 ADP Environment. 1.3.1 Hardware. The contractor is expected to be proficient with the operational procedures, sensors, communications and computer systems supporting ACC. This includes a proficiency with the below family of radar processors and their logistics support requirements. Components include but are not limited to: ? Sensis TDX-2000 (STRAP), WDX-2000 (DWID), RDX-2000, etc. Digitizer/Processors ? Sensis Interface Units, SIU-2 and SIU-2100; Sunhillo RICI Unit ? Digital Modems and Ancillary Support Equipment 1.3.2 Software. The contractor will be proficient in the current versions of Microsoft Office products such as Word and Excel. 2.0 TECHNICAL REQUIREMENTS 2.1 Task Description. Services will be requested and controlled by means of specific objectives, deliverables, and constraints as specified in the SOW. Services to be performed are as follows: 2.1.1 Task Management This will include preparation and submission of a monthly progress report as outlined in paragraph 2.2 below, financial and man-hour accounting, invoice preparation, and other essential contractor activities necessary to task accomplishment. 2.1.2 Engineering Analysis and Design This support shall provide the staff with technical advice on complex STRAP equipment and logistical requirements. The contractor will, upon request, provide technical support to radar installation maintainers. The contractor shall provide Tethered Aerostat Radar System (TARS) installations with advice to ensure communications interface designs, equipment, and integration meet requirements. The contractor shall provide engineering support for the integration of Digitizer/Processors & Interface components with new three dimensional radar systems. 2.1.2.1 Tethered Aerostat Radar System (TARS) Exploitation The contractor shall provide engineering support to evaluate the TARS/STRAP performance in its surface detection mission. This includes supporting controlled testing, optimizing processor systems, as well as providing recommendations for performance improvement. Furthermore the contractor will provide engineering support for TARS homeland defense requirements to include the integration and testing of augmentation sensors on the TARS platforms (e.g.; electro-optical, infrared, beacon identifier, passive motion detectors, etc.). Place of performance are the eight TARS sites located at: Yuma, AZ; Ft. Huachuca, AZ; Deming, NM; Marfa, TX; Eagle Pass, TX; Rio Grande City, TX; Cudjoe Key, FL; and Lajas, PR. 2.1.3 Logistics Support (LS) The Contractor shall monitor, distribute, and control support assets for the radar processors and ancillary equipment. The contractor shall track trouble call reporting, problem trend analysis reporting, and configuration management. 2.1.3.1 Tethered Aerostat Radar System (TARS) - LS Provide annual LS for eleven TDX-2000s and associated equipment located at the following eight TARS sites: Yuma, AZ; Ft. Huachuca, AZ; Deming, NM; Marfa, TX; Eagle Pass, TX; Rio Grande City, TX; Cudjoe Key, FL; and Lajas, PR. 2.1.3.2 Digital Weather Intelligence Data (DWID) LS This CLIN Tasking supports the requirement to provide Digital Weather Intelligence Data (DWID) Depot Level Maintenance and Training at the TPS-70 radar sites in Colombia; Riohacha, Marandua, San Jos?, Tres Esquinas, and San Andreas. 2.1.3.3 Radar Units w/TDX-2000 ? LS Provide annual LS for the TDX-2000 and associated equipment located at the GPN-20 Short Range Radar (SRR), Holloman AFB, NM; the GPN-20 SRR, Volk Field, WI; and the PRANG FPS-93 Long Range Radar (LRR), Punta Borinquen, PR. STRAP maintenance support includes all technical and supply logistics required to support these units. 2.1.4 Service Engineering Support. Support HQ ACC/A6OD with reviews and development of technical proposals, requirements documents, and configuration management documents, test plans, test results, system change notices, and other related documentation. Prepare e-mails, informal comments, briefings, and etc. as necessary in support of these activities. The contractor shall develop and maintain a Configuration Management Website for documenting CNT Prime Mission Equipment (PME). 2.1.4.1 CNT PME CM Website The CM web site is populated with CNT PME configuration data, gathered by US Government, and provided to the web site maintainers. The web site?s software shall be owned by HQ ACC/A6OD and the established/purchased name of the web site will be owned by HQ ACC/A6OD as well. The US Government shall have full control and complete ownership of the web site. The contractor shall ensure ACC/A6OD and PMS/SU will be included in reviews of web site improvements and upgrades. 2.1.5 Training. The contractor instructor shall prepare a formal training course(s) for these radar processor systems. Class sizes are normally less than 10 students and may be conducted 2-3 times per year. A training schedule will be developed and agreed upon by the requesting maintenance organization and the instructor(s). Training shall address System Operations, Maintenance, and System Troubleshooting. 2.2 Reports/Products The contractor will be responsible for delivering all end items specified. The following items are products and reports, which fall within the scope of this task, and are illustrative of the type of work the Government anticipates to receive. 2.2.3 Reports In addition to the reports listed below, additional reports may be requested as deemed necessary. REPORTS Support Area Title Delivery Date/Description Management / Financial Monthly Progress Report Monthly on 10th working day Logistics Support Problem Trend Analysis Report Quarterly on the 15th (year corresponding to the POP)* Training Support Training Course Lesson Plan As required Service Engineering Support Technical Report As required Trip / Meeting Reports As required * Subject to change by the Government. 2.2.2 Criteria for Acceptance. Contractor will deliver one soft copy of all reports to the Quality Assurance Evaluator (QAE) / Technical Representative (TR) at the address shown in paragraph 4.1. Hard copies of reports will be requested when required. Soft copies of deliverables will be in versions of Microsoft Office as outlined in paragraph 1.3.2. Technical reports will include a cover page devoid of contract or contractor reference, a table of contents, and a glossary of acronyms. 2.3 Personnel Personnel provided under this contract are critical to the mission of the Air Force program office. The contractor is expected to minimize employee turnover with respect to personnel performing under this SOW. However, the Government recognizes that the contractor cannot compel any individual to remain under its employment. Any replacements to personnel proposed must be at least as qualified as the individual being replaced. A resume shall be submitted through the Contracting Officer for the replacement personnel prior to the time the personnel change is expected to occur. The Government will review the resume to ensure compliance, as well as other requirements of this SOW. Every attempt will be made to provide concurrence/non-concurrence of replacement personnel within 1 duty day; however this may not always be possible Award of this contract will serve as written concurrence on all personnel provided under the offeror?s initial proposal. 2.4 Materials Materials are to be provided by the contractor when essential to the task performance in paragraph 2.1 of this SOW and specifically approved by the QAE/TR. All materials purchased by the contractor for the use or ownership of the Federal Government, become the property of the Federal Government. The contractor in the monthly status report shall document the transfer of materials. The contractor must furnish the QAE/TR with copies of such documents monthly, through E-mail, Express mail, Fax or at Task Review Meetings. Much of the materials to be provided by the contractor will be unique telecommunications equipment manufactured by Sensis Corporation and offered to the Federal Government on its GSA schedule, GS-35F-5111C. Materials not purchased from a GSA schedule will be purchased through approved competitive procedures; three competitive quotes satisfy this requirement. At the request of the Government, the contractor must provide evidence of such procedures. For contract proposal purposes, contractors shall add an additional $5,000.00 per month in material/shipping costs, though these costs will be specified per Contact Line Item Number (CLIN). 2.5 Labor Categories and Descriptions All contractor personnel proposed for work under this contract must meet the minimum requirements of the following labor categories. Contractor should provide skills based on the required types of labor. 2.5.1 Program Manager Duties: Responsible for overall project management. Serve as project leader responsible for providing overall systems engineering, integration and technical assistance to subordinate staff members in support of STRAP. Experience Requirements: A minimum of ten (10) years working with Air Force MAJCOMs and C4I Systems. Specific practical experience in designing and integration of Computers, Communications and Radar Surveillance Systems, such as STRAP, HRS and TARS is required. Educational Requirements: Bachelor?s Degree in Engineering, Computer Science or Management is required. 2.5.2 Logistics Specialist Duties: Serve as the Logistics Lead for the Surveillance and Tracking Radar Processor system. Perform logistics database evaluation, implementation, and management for accurate Configuration Management records. Develop programs and protocols to provide Mean Time Between Failure analysis data for systems and components of the STRAP. Directs the dissemination of spare assets to STRAP customers to ensure adequate levels are available to support critical mission requirements. Provides directions for the storage, shipment, repair and replacement of STRAP components. Develop and maintain the Configuration Management Plan that addresses the overall system management concept for STRAP systems as well as policies, practices and responsibilities for logistics management and configuration management of the STRAP. Experience Requirements: A minimum of three (3) years experience working in various aspects of Air Force logistics, including material support, distribution, equipment acquisition and supply management. Detailed knowledge of Radar Surveillance systems with particular emphasis upon STRAP is required. Educational Requirements: Bachelor?s Degree is desired. 2.5.3 Hardware / Communications Engineer Duties: Responsible for developing system interface criteria, engineering test plans and procedures, and installation procedures for the STRAP. Perform STRAP system installations and system performance testing. Provide technical assistance as required on radar system capabilities and operation. Experience Requirements: A minimum of two (2) years providing design and maintenance support for Radar Systems, specifically STRAP. Educational Requirements: Bachelor?s Degree is desired. 2.5.4 Web Designer Duties: Develop, populate, and maintain the Configuration Management Website for Prime Mission Equipment. Coordinate with the government for review of any recommended changes. Experience Requirements: A minimum of one (1) year experience in web development, debugging and maintenance is required. Familiarity with USAF configuration management policies is required. Educational Requirements: Bachelor?s Degree is desired. 2.5.5 Administrative / Graphics Support Duties: Perform administrative, graphics and clerical duties in support of STRAP Experience Requirements: A minimum of one-year (1) experience using the MS Word, Excel, PowerPoint and Access is required. 2.6 Estimated Labor Hours The Government estimates the number of annual labor hours per category as follows: Program Manager Logistics Specialist Hardware/Comm Engineer Web Designer Admin/Graphics Support 1200 hours 960 hours 4800 hours 960 hours 900 hours 3.0 GOVERNMENT FURNISHED RESOURCES 3.1 General The contractor must specifically identify in the task proposal the type, amount, and time frames for any government resources, excluding those listed below. The Government will provide the following information: 3.1.1 Manuals, texts, brief and other materials associated with the systems, hardware, and software noted in paragraph 1.3 of this SOW. 3.1.2 Initial familiarization/orientation will be provided by the QAE/TR. Standard Operational Procedures will be available to the contractor at the place of performance. 4.0 ADMINISTRATIVE CONSIDERATIONS 4.1 Quality Assurance Evaluator (QAE) / Technical Representative (TR) The QAE/TR will be named upon award of contract. 4.2 Place of Performance Work is to be performed at multiple CONUS and OCONUS locations including, but are not limited to the following: Langley AFB, VA; Holloman AFB, NM; Ft Huachuca, AZ; Yuma, AZ; Deming, NM; Lajas and Punta Borinquen, Puerto Rico; Volk Field, WI; Cudjoe Key, FL; San Andreas, Riohacha, San Jose, Marandua and Tres Esquinas, Colombia (CO); Marfa, TX; Eagle Pass, TX; and Rio Grande City, TX. 4.3 Hours of Work Contractor personnel are expected to conform to customer agency normal operating hours (0800-1700 Eastern Standard or Daylight Time). 4.4 Travel Extensive travel may be required in performance of tasks under this contract. Travel shall be in accordance with the Joint Travel Regulation and all travel must be pre-approved by the QAE/TR. The contractor may apply indirect rates, which are consistent with its accounting procedures, to travel expenses, but indirect rates not included in the contract proposal shall not be authorized for individual Contract Line Items (CLIN). For contract proposal purposes, contractors shall assume an amount of $5,000.00 per month in travel costs; Not To Exceed (NTE) $60,000 per contract year without prior approval of the QAE. 4.5 Privacy and Security 4.5.1 Clearances. Access to operational facilities and some program data requires a Secret clearance. Contractor personnel shall possess the required clearance. 4.5.2 Privacy Act. Work on this project requires that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. A DD 254 Contract Security Classification Specification document will be completed by the QAE / TR upon contract award. Please e-mail request for the solicitation to ramona.brown@langley.af.mil
- Place of Performance
- Address: Places of performance are the eight TARS sites located in: Yuma, AZ; Ft. Huachuca, AZ; Deming, NM; Marfa, TX; Eagle Pass, TX; Rio Grande City, TX; Cudjoe Key, FL; and Lajas, PR., ,
- Zip Code: 23665
- Country: UNITED STATES
- Zip Code: 23665
- Record
- SN01201909-W 20061224/061222220424 (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 |