SOLICITATION NOTICE
58 -- Identification, Friend, or Foe (IFF) Tracker system
- Notice Date
- 8/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 173 FW/LGC, 173 FW/LGC, Kingsley Field, 223 Arnold Street, Suite 35, Klamath Falls, OR 97603-1937
- ZIP Code
- 97603-1937
- Solicitation Number
- W912JV-09-T-7005
- Response Due
- 9/2/2009
- Archive Date
- 11/1/2009
- Point of Contact
- Jerry Fuls, 541-885-6495<br />
- E-Mail Address
-
173 FW/LGC
(jerry.fuls@orklam.ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested See below Statement of Work. This solicitation is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02. The NAICS code is 334511 and the business size standard is 750. The following items are requested in this solicitation; 0001. Identification, Friend, or Foe (IFF) Tracker system for the 173d Fighter Wing, Oregon Air National Guard, Kingsley Field, Klamath Falls, Oregon. 0002. Option for installation of IFF Tracker System. FOB: Destination for delivery to 173 FW Attn Operations Group, Major Edwards, 243 Vandenburg Dr, Klamath Falls OR 97603. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. The above Provisions and Clauses can be found at https://www.ccr.gov. All quotes must be sent to SMSgt Jerry Fuls at: Fax 541-885-6600; e-mail jerry.fuls@orklam.ang.af.mil ; or mail directly to 173 MSG/MSC 223 Arnold Ave Suite 35, Klamath Falls Oregon 97603. Quotes are required to be received no later than 12:00PM PST, Wednesday, 2 September, 2009. STATEMENT OF WORK 1.INTRODUCTION 1.1SCOPE This statement of work describes contractor requirements involved in component integration and delivery of an Identification, Friend, or Foe (IFF) Tracker system to the 173d Fighter Wing, Oregon Air National Guard, Kingsley Field, Klamath Falls, Oregon. The IFF Tracker system will be installed in a building at the Christmas Valley, Oregon radar facility, and the antenna assembly will be mounted on a nearby tower, after a compatible tower is erected. The IFF Tracker system will consist of: 1.Raytheon AN/TPX-57 IFF 2.IFF antenna 3.Antenna pedestal/rotator 4.IFF controller 5.Equipment rack, and cables 1.2BACKGROUND The Christmas Valley site in eastern Oregon is situated on the western border of the Juniper North/South ATCAA/MOA. The Oregon Air National Guard uses the Juniper ATCAA/MOA to train pilots in a realistic environment. Currently, limited radar coverage of aircraft position is provided by Federal Aviation Administration (FAA) radar sites located in the area. Coverage maps clearly indicate aircraft operating in the airspace below 12,000 feet in the Juniper MOA area are not tracked and monitored consistently. The requested IFF system will provide enhanced situational awareness to Command and Control (C2) units, by providing aircraft tracking data to supplement data from other sources such as the FAA radars. 2.SUPPORT REQUIREMENTS 2.1EXECUTION MANAGEMENT INTEGRATED PRODUCT TEAM (IPT) The contractor shall establish an execution management IPT to plan for and manage component integration of the IFF system. The contractor shall be responsible for the functions of program management, business management, supplier management, quality management, security management, logistics management and customer meeting support. The contractor shall maintain a quality assurance program compliant with ISO 9001. 2.2PROGRAM MANAGEMENT 2.2.1The contractor shall provide a program management function over the life of the IFF procurement program to ensure the program meets requirements. 2.2.2The contractor shall provide insight to the Government through periodic meetings, status reports, and teleconferences. 2.2.3The contractor shall designate a program manager who shall act as the single point of contact to the Government on programmatic matters. 2.2.4The contractor shall schedule necessary meetings to facilitate program execution and information exchange. The contractor shall schedule program management reviews (PMR), technical interchange meetings, and a test readiness review as required. Two PMRs, with location alternating between the Buffalo, NY and Kingsley Field area, are required. The location of the PMRs may be revised/combined as required to review program requirements at a users location. 2.2.5The contractor shall provide an agenda and presentation material for hosted meetings. The contractor shall document and provide minutes of applicable meetings after completion of hosted meetings. 2.2.6The contractor shall provide and maintain an integrated master plan (IMP) and integrated master schedule (IMS) for the program. The contractor shall plan and execute the IFF integration program based on technical and programmatic efforts encompassed by the IMP and the IMS for the IFF procurement program. 2.2.7The contractor shall provide progress, status, and management reports. 2.2.8The contractor shall monitor and control any government furnished property utilized in the performance of the IFF procurement program. 2.3BUSINESS MANAGEMENT 2.3.1The contractor shall generate the cost/schedule status report and the contract funds status report as required. 2.3.2The contractor shall establish and maintain a contract work breakdown structure. 2.4SUBCONTRACT MANAGEMENT 2.4.1The contractor shall perform subcontract management necessary to ensure subcontractors perform in accordance with requirements of the contract. The contractor shall pass down all applicable contractual requirements for the IFF procurement program and ensure compliance. 2.5SECURITY 2.5.1The contractor shall implement security procedures, if required, for classified processing and protection of classified data, hardware, and software in accordance with the latest version of DoD-5220.22-M NISPOM. The contractor shall provide security logistics and storage of any classified program data per contract DD254. 2.6SYSTEMS IPT 2.6.1A requirements traceability program shall be used to ensure program requirements are fully addressed throughout the requirements development and system procurement phases. 2.6.2All program requirements, design, integration, and test aspects will be captured in program specifications and reviewed through spiral block upgrade design reviews. 2.6.3The systems IPT shall support manufacturing activities as required. 2.7RISK MANAGEMENT 2.7.1The contractor shall establish a risk management program designed to identify program risks and mitigation methods. Program risk elements shall be presented to the Government along with contractor recommendations for mitigation actions at appropriate reviews. Program risks shall be documented in a risk management plan. 2.8SYSTEMS ENGINEERING INTEGRATION AND TEST (SEIT) IPT 2.8.1The contractor shall establish a SEIT IPT responsible for integration and testing the IFF system. 2.9SITE INTEGRATION AND TESTING 2.9.1The contractor shall deliver the IFF system to the customer. 2.9.2The Government will provide access to designated government facilities on a coordinated basis for storage, system setup and checkout, and other site related activities. 2.9.3The Government will provide authorization to emit RF radiation at government defined frequencies (aka frequency clearance or frequency authorization) prior to arrival onsite. 2.9.4The contractor will provide system test integration as a priced option to this contract. 2.10UPDATE ANALYSES, PLANS, AND DOCUMENTATION 2.10.1Data provided from commercial off the shelf manufacturers shall be provided to the Government. 2.10.2The contractor shall update the safety hazard analysis report and radiation hazard control procedures if necessary. 3.TRAVEL 3.1The contractor shall travel as required to support program meetings, conduct site surveys, and to perform site installation, integration and acceptance testing as priced in the integration and testing option. 4.SPARES 4.1Spares procured under this effort shall match configuration of the production unit and be subjected to acceptance testing applicable for the item procured.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-1/W912JV-09-T-7005/listing.html)
- Place of Performance
- Address: 173 FW/LGC Kingsley Field, 223 Arnold Street, Suite 35 Klamath Falls OR<br />
- Zip Code: 97603-1937<br />
- Zip Code: 97603-1937<br />
- Record
- SN01913302-W 20090817/090815233453-409e4fdc0fee76974afb8e4a09b1d10c (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 |