SOURCES SOUGHT
R -- Hardness Surveillance Electromagnetic Pulse (EMP) Program (HSEP)
- Notice Date
- 3/24/2010
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- HSEP24MAR2010
- Archive Date
- 4/22/2010
- Point of Contact
- Gena B. Black, Phone: 8017773115
- E-Mail Address
-
gena.black@hill.af.mil
(gena.black@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a sources sought synopsis for the purpose of conducting market research to determine if any contractors, including General Dynamics Government Systems Corporation, have the skill and knowledge to complete this effort. The Government intends to establish a new contract for engineering services and technical support for the Hardness Surveillance Electromagnetic Pulse (EMP) Program (HSEP) on intercontinental ballistic missile (ICBM) launch and control facilities. Work shall be accomplished in accordance with the Performance-Based Work Statement. Period of Performance: 1 January 2011 through 31 December 2015, contract with a basic plus four 1-year options. Electronic procedure will be used for any solicitation that may be issued. The Air Force is in the process of preparing a Justification and Approval document to gain the required approval to issue a sole source request for proposal to General Dynamics Government Systems Corporation, Needham Heights, MA. The Air Force anticipates this requirement can only be accomplished by one responsible source. General Dynamics Government Systems Corporations has the specialized capabilities necessary to satisfy the needs of the agency. Subject to the Government's consideration, a viable source, not already qualified to provide the requested services, should submit a concise and program specific response, presenting sufficient information to substantiate that they have (1) the necessary knowledge and understanding of the requirements; (2) employees with satisfactory qualifications; and (3) appropriate Hardness Surveillance Electromagnetic Pulse Program experience to be able to conduct these services required without technical, schedule, or cost risk to the ICBM and/or similar ICBM programs prior to contract award. All capabilities that are required are further described below. Operation security (OPSEC) will be required for this contract. All field testing team personnel will need to be able to qualify for a TOP SECRET clearance and be in the Personnel Reliability Program (PRP). All program personnel that handle hardness data obtained during testing will require at least a SECRET clearance with a TOP SECRET recommended. Engineering and technical services will include site deposture, a thorough site inspection, testing for high-altitude electromagnetic pulse (HEMP) effects in accordance with MIL-STD-2169B via pulse current injection, testing for source region electromagnetic pulse (SREMP) effects in accordance with WSS-133-128C via pulse current injection, site reposture, and engineering analysis of results of the test. Deposture and reposture procedures are covered under Technical Order 21M-LGM30G-2-34. Site inspection would include noting parts of the system out of configuration for hardness, communications, and electrical setup. This would also entail fixing those items out of configuration before testing the site for EMP. A determination of impact will need to accompany any configuration anomalies. All primary protection devices will be tested and results will be input to a database for aging and surveillance purposes. HEMP pulse testing will require construction of a pulser that meets the requirements for capability in accordance with MIL-STD-2169B. Testing will cover systems that are considered launch critical. SREMP pulse testing will occur with a Government provided high energy pulser (HEP). Testing will cover systems that are considered launch critical. At the end of testing, an engineering analysis of each site's hardness will be completed. This information will be classified SECRET per the ICBM classification guide. A further analysis will be conducted with statistical extrapolation for the entire Minuteman III fleet. This will be at the TOP SECRET level per the ICBM classification guide. All information will be provided to the Government as a contract deliverable. General Dynamics has been performing this type of testing since 2001. Average experience for the current HSEP team with the Minuteman III system is over 20 years. This includes field personnel and engineering support. All have current security clearances and all but two are on PRP status. All but one member of the field team was either a Minuteman III maintainer or operator. Several support engineers working for HSEP also advise the ICBM Prime Integration Contractor on system design for future procurements. Of note, their experience is not limited to testing. They work and understand all security procedures required to get personnel onto a site, system specific safety considerations, and interaction with the host Wing. Using their experience, General Dynamics produced a HEMP pulser tailored for the Minuteman III system. It is not owned by the Government and an incoming contractor will need to be able to produce one and get it nuclear certified by the Air Force Safety Center. Production costs were $130k over a six month period. It took another three months and a demonstration for nuclear certification. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely based within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether or not to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/HSEP24MAR2010/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02101140-W 20100326/100325011233-4e59cb63e8295b343363e3cfabae5460 (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 |