SOURCES SOUGHT
M -- Solid State Phased Array Radar System (SSPARS) - RFI #1 - PWS
- Notice Date
- 6/19/2015
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA2517-15-R-8001
- Point of Contact
- Austin Frindt, Phone: 719-554-2940, Kristen A Weaver, Phone: 719-554-2740
- E-Mail Address
-
austin.frindt@us.af.mil, kristen.weaver.2@us.af.mil
(austin.frindt@us.af.mil, kristen.weaver.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SSPARS current Performance Work Statement RFI #1 General Questions This is a Sources Sought Notice only. This is not a request for proposal but a survey to locate potential sources that would be responsible for operations & maintenance (O&M) and support to the Solid State Phased Array Radar System (SSPARS) at various world-wide locations. The 21st Contracting Squadron at Peterson Air Force Base (PAFB) Colorado seeks potential sources to provide 24-hours-a-day, 7 days-a-week O&M for five geographically separated units (GSUs) in support of the 21st Space Wing, 21st Operations Group. The contractor shall be responsible for the O&M of the SSPARS radar sites located at Clear AFS, AK (Clear includes base operating support (BOS)); Beale AFB, CA; Cape Cod AFS, MA; Thule AB, Greenland; and Royal Air Force (RAF) Fylingdales, UK. The SSPARS contract provides operations, maintenance and logistic support for Sea-Launched Ballistic Missile (SLBM) Warning, Ballistic Missile Early Warning System (BMEWS), Precision Acquisition Vehicle Entry Phased Array Warning System (PAVE PAWS), Upgraded Early Warning Radar (UEWR), and, at RAF Fylingdales, secure communications only. The SSPARS contract also provides O&M support for three communications systems comprising Military Satellite Communications (MILSATCOM), including Military Strategic Relay System (Milstar), Communications Processing System (CPS), and Defense Satellite Control System (DSCS) for space-enabled global strategic and tactical communications capabilities in support of homeland defense and wartime operations. The draft Request for Proposal (RFP) will be issued in the future and will include an updated draft Performance Work Statement (PWS). The current SSPARS PWS is attached for your information. Also attached are Market Research questions to help the Government determine the most appropriate source selection strategy. Phase-in length, period of performance and contract type have not yet been determined. The current contract type is Fixed Price Incentive (Firm Target) (FPIF) with cost-reimbursable (CR) logistics CLINs. The North American Industry Classification Systems (NAICS) Code proposed for this requirement is 517919. All amendments to this announcement, as well as additional information, as they become available, will be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov. It is the responsibility of the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these services are invited to respond. Any information provided by industry to the Government as a result of this sources sought is voluntary. The Government will not pay for any information submitted in response to this sources sought. The Government requests interested parties submit answers to the attached Market Research questions. Please respond via e-mail to the POCs listed under Original Point of Contact. Electronic submissions are preferred. Paper copies are optional and are not preferred. Hard copy submissions to this notice should be sent to: 21CONS/LGCZB ATTN: Austin Frindt or Kristen Weaver 135 Dover Street, Suite 1055 Peterson AFB, CO 80914-1117. E-mail or hard copy replies to this announcement are due no later than 15 July 2015. It is the Government's intention to conduct an Industry Day for all interested parties in or around the 4th Quarter FY16 at Peterson AFB. Exact date, time and base location are yet to be determined. More information regarding Industry Day will be released as it becomes available. --------- This sources sought also contains the following clause: 5352.201-9101 Ombudsman. As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen: AFICA/ KS SCO 150 Vandenberg St, Peterson AFB, CO 80914, 719-554-5300, fax 719-554-5299, afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-15-R-8001/listing.html)
- Place of Performance
- Address: Clear AFS, AK; Beale AFB, CA; Cape Cod AFS, MA; Thule AB, Greenland; and Royal Air Force (RAF) Fylingdales, UK., United States
- Record
- SN03770337-W 20150621/150619234824-a8c8e744bcdc22139950789a82b2fd4c (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 |