Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOURCES SOUGHT

59 -- AN/FPS-117 Long Range Radar Critical Parts Replacement Program

Notice Date
11/20/2008
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8217-09-N-CPRP
 
Archive Date
1/16/2009
 
Point of Contact
Robert Biscardi, Phone: 801-586-3444, Alan T. Gibson,, Phone: 801-586-3360
 
E-Mail Address
robert.biscardi@hill.af.mil, alan.gibson@hill.af.mil
 
Small Business Set-Aside
N/A
 
Description
AN/FPS-117 Long Range Radar Critical Parts Replacement Program Objective: The objective of this procurement effort is to replace legacy US Air Force AN/FPS-117 electronics with modern technology, in order to eliminate obsolescence and diminishing manufacturing issues. The following assemblies need to be replaced in the tower equipment room: 11A1 (preprocessor) 11A2 (moving target indicator processor) 11A3 (power supplies) 11A4 (Doppler processor) 11A5 (radar data processor) Digital Electronic Corporation (DEC) Alpha workstation and associated printer All networking/communications hardware The following functional components in the platform electronics (PE) cabinet need to be replaced: Frequency generator Logic bucket Radio frequency (RF) boards At the Maintenance Control System, all system workstations and associated printers need to be replaced, and all networking/communications hardware Task Requirements: 1. Manufacture a single cabinet, prototype replacement for the 11A1-5 cabinets from established production line. Manufacture a prototype replacement for the PE cabinet and MCS. Provide a prototype mission software suite (that includes all current capabilities), and preliminary technical orders. 2. Conduct demonstration/validation (Dem/Val) testing of prototypes at the engineering facility at Hill AFB, Utah. 3. Pending successful completion of Dem/Val testing, produce a quantity of 28 single cabinet/PE cabinet kits (1 ea per fielded radar site and engineering facility), and 4 MCS kits (1 ea per MCS). a. Conduct production acceptance testing of all kits prior to packaging and shipment to designated locations. 4. Ship first article kits to designated operational site and MCS. 5. Remove all legacy equipment and conduct installation and first article testing of one ea single cabinet/PE cabinet and MCS production kits at first operational site and MCS. 6. Pending successful completion of first article testing, ship all kits to their respective destinations (sites located in Puerto Rico, Hawaii, Alaska, and Canada). 7. Remove all legacy equipment and conduct installations and acceptance testing of remaining kits at operational sites and MCS'. 8. Conduct operator/maintainer training and provide applicable training materials, in conjunction with the first article test. 9. Provide spares package for field replacement of parts. a. Conduct a technical study on obsolescence and/or diminishing manufacturing of commercial-off-the-shelf (COTS) parts components and deliver report prior to spares provisioning. 10. Deliver final mission software product and software version description after last installation. 11. Provide Technical Order Redlines, product drawings, and complete parts lists to USAF, to include electronic copies in proper format. a. Redlines will be provided within six months of production decision, or prior to first article testing. b. Conduct a Tech Order Validation/Verification with the AN/FPS-117 Radar Team involving Hill AFB Program Office, ACC, PACAF, Canadian Department of National Defense, Hawaii ANG, Puerto Rico ANG, and 84th RADES. 12. Provide COTS manuals and associated supplemental data, as necessary. 13. Provide updates to the interface control documents. 14. Provide a limited warranty of all delivered kits and spares. Additional Requirements: 1. Ensure system is compatible with Mode 5 requirements. 2. Ensure system is compatible with Battle Control System communications protocol. 3. Ensure successful integration of beacon software into final mission software product. 4. PE cabinet replacement provides enhanced frequency agility. 5. Achieve AIMS Platform Certification for overall system and all replacement parts, and meet the USAF AN/FPS-117 A Specification. 6. Ensure all installed equipment is National Electric Code compliant. 7. Ensure that changes to the configuration of both hardware and software during the course of the contract are implemented across all kits, including the Dem/Val kits. a. Provide a configuration management plan to address how contractor will address configuration changes with the government. b. Submit Engineering Change Proposals and Requests for Deviation, as necessary, during the course of the contract. c. Government will convene configuration control boards prior to the first installation, and following the final installation, to ensure Operational Safety, Suitability, and Effectiveness requirements are met. 8. Provide test plans and test reports to the USAF prior to DEM/VAL testing, first article testing, production acceptance testing, and all site acceptance testing. 9. Provide monthly status reports and a final contract summary report to USAF. Optional Requirements: 1. Enable system with a radar environmental simulator. a. Provide extended diagnostics capability, to include test target injection and scripted test scenarios. b. Purpose is to verify overall system operation, assess EMI effects, and verify built-in test (BIT) functions. 2. PE cabinet replacement allows for remote attenuation. Instructions for Respondents: 1. Include information regarding prior experience in accomplishing similar work relative to the requirements listed above, and references (if applicable). 2. If respondents have an existing product line that meets (or can be modified to meet) the requirements listed above, provide mean-time-between-failure (MTBF) data, and information regarding redundant items that will ensure graceful degradation of the radar system. 3. Include a complete list of Government Furnished Equipment (GFE) required by the contractor to complete the entire effort. 4. Provide an estimate and project schedule, at no additional cost to the government. a. Overall effort must be firm-fixed-price at award, though development of the remote attenuation capability and travel expenses may be estimated by time-and-materials and cost-reimbursable methods. b. Optional Requirements should be estimated separately from Task and Operational Requirements. 5. Identify the location(s) of the facilities at which this effort will be performed, and whether a demonstration of the suggested solution can be conducted and witnessed by Atmospheric Early Warning Systems office personnel. 6. State whether respondent is International Organization for Standardization (ISO) certified (or equivalent), the current level of certification and the date it was achieved, as well as the current level of Capability Maturity Model attained (or equivalent), and the date the level was achieved.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da29eacfc12fcbe4baf3bb0c64525340&tab=core&_cview=1)
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN01707656-W 20081122/081120215034-da29eacfc12fcbe4baf3bb0c64525340 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.