Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOURCES SOUGHT

R -- Radar Tracking

Notice Date
6/25/2009
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA9201-09-R-Radar_Tracking
 
Point of Contact
Monica D. Chisolm, Phone: 8508820161, Catherine E Gray, Phone: (850)882-2675
 
E-Mail Address
monica.chisolm@eglin.af.mil, catherine.gray@eglin.af.mil
(monica.chisolm@eglin.af.mil, catherine.gray@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes to identify interested vendors for the requirement detailed below. A formal Solicitation, with Performance Work Statements or Technical Exhibits is not available for review at this time. Information obtained from this sources sought notice may result in a future formal Request for Proposal. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. We are conducting research to identify potential sources that may possess the expertise, capabilities, and experience needed to meet the requirement to collect missile-fly out data. The offeror must be able to track two missiles in-flight simultaneously to collect and produce time, space, and position information (TSPI) which is accurate and precise from first light through the endgame. It will be necessary to correlate the TSPI data to other test events such as first light and first motion. Missile roll-rate and attitude data are also required. One hour after each launch event, the contractor must provide quick look data to the test engineer. Thirty days after the conclusion of the test event, the offeror must provide a final and complete data package. Services will be conducted at remote locations, such as Ft Bliss, Tonopah Test Range, White Sands Missile Range, or China Lake. Tentatively, the test dates are 21 Sep - 15 Nov 2009. Missiles will be fired from several different locations, late at night, 5 days a week To support this activity, the government may provide the following equipment: two HAWK radars, two generators to support field operations, and fuel to run the generators. The government will provide transportation for the assets listed above to/from the test location. In addition, fuel for the generators will be delivered and any required field maintenance of the generators will be provided by the government. If radars are provided by the government, the contractor shall present documentation which certifies the offeror is qualified to operate and perform field maintenance. The offeror must provide all other equipment and services necessary to collect and deliver the required data. These activities may include, but are not limited to the following: set-up and movement of radars, generators, instrumentation and other support equipment; maintenance of radars and offeror equipment while in the field; participation in daily test readiness reviews; providing all other equipment, software and services necessary to deliver the data requested. Offerors offering simultaneous missile tracking capability using radars other than HAWK radars are also acceptable. Offerors shall identify the equipment they are qualified on and if the offeror will provide their own equipment or will require Government Furnished Equipment (GFE). Data collected is anticipated to be classified as SECRET/US only. The offeror must be domestic and may not partner or subcontract with a foreign business entity in support of the data collection activities. Offerors must have SECRET facility clearance, SECRET storage capability and provide a minimum of 2 personnel cleared to handle SECRET data. Only offerors that meet the description of this requirement need to respond. The North American Industry Classification Systems (NAICS) Code for this effort is 517919 (formerly 517910), with a small business size standard slasoski@stasch-inc.comof of $25M. All interested parties shall submit a capabilities package which explicitly demonstrates capabilities and expertise related to this effort. The capabilities package should include the following: 1) The Offeror must identify all the equipment to be provided/operated for the purpose of providing the data defined in this Sought Synopsis. 2) Identification of radar equipment the contractor is certified to operate and maintain. 3) Tracking system performance information such as range, rate of position update, tracking acceleration. 4) If the offeror has provided this service in the past, list the number and percent of missiles tracked. 5) The offeror may provide information about any other tracking tests they have supported; pertinent information would be objective of test, and data products provided. Your package should demonstrate capabilities, expertise and past performance relevant to the requirements cited above as well as your size in accordance with the size standard; ensure that the company name, address, a point of contact with email address and telephone number, Federal CAGE code and Data Universal Numbering System (DUNS) number are included in the capabilities package. THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes only and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. The Air Armament Center has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the offeror of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather the Contracting Officer previously identified. For any other concerns, interested parties may call the Air Armament Center Ombudsman, Col Arnold W. Bunch, Jr., AAC/CV, 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495, (850) 882-5422. Responses submitted should as two copies, a maximum of ___15____ pages in length, your response must be received no later than 9 Jul 09. Responses should be sent to AAC/PKET 205 West D Avenue, Suite 427, Eglin AFB, FL 32542, by e-mail or fax Attn: Monica Chisolm, Contract Specialist at e-mail address monica.chisolm@eglin.af.mil or fax to 850-882-4561 or Cathy Gray, Contracting Officer at e-mail address catherine.gray@eglin.af.mil. Point of Contact Monica Chisolm, Contract Specialist, Phone 850-882-0161, Fax 850-882-4561 Email monica.chisolm@eglin.af.mil Catherine Gray, Contracting Officer, Phone 850-882-2675, Fax 850-882-4561 Email catherine.gray@eglin.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA9201-09-R-Radar_Tracking/listing.html)
 
Record
SN01856985-W 20090627/090626000202-83b3042054efe3b04a82b58063712f47 (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.