SOURCES SOUGHT
A -- Clear Air Force Station (AFS) Early Warning Radar Upgrade
- Notice Date
- 7/28/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/DAC), 7100 Defense Pentagon, Washington, District of Columbia, 20301-7100
- ZIP Code
- 20301-7100
- Solicitation Number
- SNFY1001RPB
- Archive Date
- 8/31/2010
- Point of Contact
- Robert Berkey, Phone: 256-450-1451
- E-Mail Address
-
bob.berkey@mda.mil
(bob.berkey@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. GENERAL INFORMATION: The Missile Defense Agency (MDA) is seeking potential sources for upgrading the Air Force Early Warning Radar (EWR) at Clear AFS, AK to be part of the MDA sensor network. Upgraded EWR’s (UEWR) operational software build, that performs the missile warning, space surveillance, and missile defense missions, must be operationally accepted by Air Force Space Command. The current DoD Appropriated budget provides for the upgrade of the EWR at Clear; however, should funding become available, the United States Air Force (USAF) would likely use this planned contract to buy similar services to upgrade the EWR radar at Cape Cod, Massachusetts. 2. BACKGROUND: Three other EWRs have been upgraded to the UEWR configuration at Beale Air Force Base, California; Royal Air Force (RAF) Fylingdales, United Kingdom, and Thule Air Base, Greenland. The Clear UEWR effort described herein must be performed such that a common hardware and software configuration baseline with Beale, Fylingdales, and Thule is maintained. A common UEWR hardware and software configuration baseline is critical to ensure form, fit, and function commonality to concurrently support Ballistic Missile Defense System (BMDS) and its legacy missions of Missile Warning and Space Surveillance, as well as maintain commonality in operations, maintenance, logistics, and training among all UEWR sites. 3. REQUESTED CAPABILITY The missile defense capability must be added to the USAF EWRs while the radar continues to perform its legacy missions and without modification of the array faces. The contractor must fully understand and show prior experience aligning their contractual activities with the AFSPC, MDA, and USSTRATCOM scheduling, testing, acceptance, and certification processes for hardware and software modifications of UEWRs. The contractor shall be responsible for: 1.Developing a final design including solutions to UEWR hardware obsolescence issues, such as the receiver-exciter and beam steering unit, that ensure form, fit, and function commonality among all UEWR sites. All redesigned components will maintain/exceed the existing UEWR open systems architecture requirements to the greatest extent practicable. 2.Modifying the baseline UEWR software to accommodate: any emerging BMDS requirements, such as compliance with Build D specifications (e.g. New Threats, Object Classification, etc.) DoD 8500 information assurance compliance; mitigation of high latitude ionospheric scintillation and auroral effects; and implementation of Concurrent Test, Training, and Operations capabilities such that UEWR radar operations will continue without interruption while participating in BMDS ground testing or operator training. 3.Producing technical documentation for operations, training, and maintenance of the system in accordance with Air Force policy. Consistent with maintaining a common UEWR configuration, technical documentation should be produced in such a way as to facilitate migration to the other UEWR sites, including delivery in an editable format. 4.Performing internal facility design upgrades and facility modifications while minimizing impact to site operations and maintenance. 5.Transporting, installing, and testing UEWR hardware and software. 6.Performing in-plant and on-site system tests in coordination with the GMD Communications Network (GCN) and AFSPC for the legacy missions. The Government anticipates several simultaneous projects being conducted on the EWRs during the time of the upgrades to a UEWR configuration. Anticipated projects include an Enhanced Polar System, High Altitude Electromagnetic Pulse (HEMP) shielding, emergency back-up power generation and physical security improvements. The contractor must coordinate EWR upgrade activities with all Government agencies and other prime contractors to take advantage of possible synergies, minimize cost and schedule impacts, and eliminate the potential for rework. 4. RESPONSES It is requested that written responses be submitted within 21 days of issuance of this synopsis as an attached Microsoft Word document, limited to 10 pages, via email to bob.berkey@mda.mil. No additional information is available at this time. There are no other prescribed format requirements for the response to this announcement. Submit detailed capabilities of your firm to meet the requirements listed in the paragraphs above, to include the following information: 1.Detail relevant experience with similar projects Include the following information: a)Government contract number, b)Contract value, c)Role your company played, d)Point of contact and current telephone number, (PCO or Program Manager) 2.Verify that your company has ability to perform work on classified projects. 3.Provide Contact information with your submission: company name, address, and primary, engineering and program management points of contact (including name, phone number, and email address). 4.Address your company’s resource capacity to support the UEWR upgrade effort over an anticipated five (5) year contract period. 5.Address your company’s software experience and CMMI rating and how it is used to enhance your software productivity. It will be a contract requirement to upgrade the UEWR software/hardware while maintaining a common h/w s/w baseline with the other UEWR sites for maintenance purposes. 6.Portray how your company has worked in a collaborative environment with other prime contractors working within the same facility and all successfully met your respective contract requirements. 7.Demonstrate how your radar experience with this class of radars can address receiver exciter and beam steering obsolescence issues. Response should demonstrate full system engineering and manufacturing experience and how that would be applied to this effort. 8.The Government has significant concerns with regard to industry’s ability to meet schedules to provide warfighter capability when needed. Although the Government has not established a definitive need date for completion of this effort, please address your ability to complete design, manufacturing, installation, and integration and testing within 50 months after contract award. Include your experience with component down-time scheduling and the means to minimize that for the warfighter. 9.Identify your experience with mitigating high latitude ionospheric issues, associated algorithm development, and implementation capability. 10.Identify your understanding/proficiency with overarching total system engineering design on major PAVE PAWS and BMEWS systems. We anticipate using NAICS Code 541712 (1000 employees) for this acquisition. Responder should include a statement as to whether that your firm meets the qualifications to be considered a small business based on NAICS 541712. Please indicate any applicable socio-economic status, such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.). Also please indicate whether your company is interested in participating as the prime contractor or as a subcontractor or whether your company is interested in participating as part of a teaming arrangement. MDA support contractors will assist the Government in the review of your response. MDA support contractors include: DMD, Inc., CACI, TASC, Odyssey Systems, P3I, MITRE Corporation, Tecolote Research Inc, Jacobs Technology and CSC. All of the support contractors and their employees have agreed to protect proprietary information from unauthorized use and disclosure. Unless clearly marked otherwise, submission of a response to this RFI signifies agreement to allow personnel from the above-listed firms and personnel from MDA to use the information to develop the acquisition approach. Failure to respond to this RFI does not preclude participation in any future competition, nor will information provided in response to this RFI be used to exclude anyone from responding to any future Request for Proposals. Communications with MDA with regard to this RFI will only be permitted in writing during the RFI response period. 5. REQUESTED INFORMATION This announcement is published for informational purposes only. It does not constitute a solicitation or request for proposal and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. MDA will use the responses to the announcement to make an informed decision concerning the strategy it will pursue to meet its objectives and, if MDA elects to proceed with a procurement, to structure the solicitation to maximize commercial sector interest and small business utilization. All firms responding to this announcement will be notified if a requirement is solicited. The results will be utilized to determine small business set-aside opportunities. All types of small business set-asides will be considered. 6. QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. At the time of this notice, no current year appropriated funds are available for any acquisition under this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/WASHDC1/SNFY1001RPB/listing.html)
- Place of Performance
- Address: Clear Air Force Station, AK, Cape Cod Air Force Station, MA, United States
- Record
- SN02221278-W 20100730/100729000015-75a3364fb873827504bdf13675fa78d2 (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 |