Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

58 -- Solid State Module Replacement (SSM-R) for Ballistic Missile Early Warning System (BMEWS) and Precision

Notice Date
7/20/2018
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8723-18-R-0005
 
Point of Contact
James E. Lovely, Phone: 7195566268, Brenda Palmer, Phone: 719-556-6268
 
E-Mail Address
james.lovely.1@us.af.mil, Brenda.Palmer@us.af.mil
(james.lovely.1@us.af.mil, Brenda.Palmer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information: Document Type: Pre-Solicitation Notice Action Code: P Solicitation Number: FA8723-18-R-0005 Posted Date: 20 July 2018 Classification Code: 58 - Communication, detection, & coherent radiation equipment Set-Aside: None. Full and Open Competition NAICS Code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing PSC: 5840 - Radar Equipment Except Airborne Contracting Office Address: Department of the Air Force, Air Force Life Cycle Management Center (AFLCMC), Strategic Warning and Surveillance Systems Division, 1050 E. Stewart Ave, Bldg. 2025, Peterson AFB, 80914 Description: The Ballistic Missile Early Warning System (BMEWS) and PAVE Phased Array Warning System (PAWS)(BPP) radar and optical systems form the backbone of the ground-based radars (GBR) portion of the Integrated Tactical Warning/Attack Assessment (ITW/AA) system. The purpose of the Solid State Module - Replacement (SSM-R) program is to address critical radar hardware component obsolescence issues for the BMEWS and PAVE PAWS sites. There are three BMEWS sites. BMEWS Site I is located at Thule Air Base (AB), Greenland. BMEWS Site II is located at Clear AFS, Alaska. BMEWS Site III is located at Royal Air Force (RAF) Fylingdales (FYL), United Kingdom. There are two PAVE PAWS sites. PAVE PAWS West is located at Beale Air Force Base (AFB), California and PAVE PAWS East is located at Cape Cod Air Force Station (AFS), Massachusetts. The SSM-R contract will produce and deliver 148 qualification modules. These modules will be fully qualified by the end of the first delivery order and ready for full production in each of the remaining delivery orders. The total effort will produce up to 40,071 SSM-R units of five types: Array Modules (AM); Sub-array Drivers (SAD); Array Group Drivers (AGD); Sidelobe Blanking (SLB) and Sidelobe Cancellers (SLC). There will be two types of AM produced: (1) -1 for PAVE PAWS West, PAVE PAWS East, BMEWS Site I, and BMEWS Site II; and (2) -3 for BMEWS Site III. This effort will resolve Fylingdales Out-of-Band emission issues and full-face replacement for sensitivity upgrades at all five BPP radar sites. The final SSM-R unit quantities are dependent upon funding levels and future warfighter sensitivity requirements. These SSM-R units will replace depleted legacy SSMs with a lifetime buy ensuring continued and uninterrupted Missile Warning, Missile Defense, and Space Surveillance mission accomplishment. The initial ordering period will be five years from award, with an optional 2-year ordering period. Multiple awards are not anticipated. It is the intent of the Air Force Materiel Command (AFMC)/AFLCMC/SW&SS Division to enter into a single award Indefinite-Delivery Indefinite-Quantity (SAID/IQ) contract for the acquisition of modules with Firm-Fixed Price and Cost Reimbursement contract types with an estimated ceiling value of $600 million. The applicable North American Industrial Classification System (NAICS) Code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business size standard under this NAICS code is 1,250 employees. The Product Supply Code is 5840 - Radar Equipment Except Airborne. Information concerning this solicitation has been incrementally released and posted to Federal Business Opportunities (FedBizOpps) http://www.fedbizopps.gov/ under the Solicitation number FA8723-17-R-0003. Technical Data is available in the Bidders Library. The link and instructions for access to the Bidders' Library were made available via FedBizOpps postings on 22 November 2016 and 4 June 2018. Release of the RFP is anticipated on or about 7 August 2018, with proposals due 60 days after release. A Pre-Proposal Conference may be conducted as identified in the forthcoming solicitation. All responsible sources may submit an offer which will be considered by AFLCMC, however, due to the security requirements, foreign contractor participation is not permitted. In accordance with FAR 10.002(d)(2), the Government does not intend to use Part 12 for this acquisition. Places of Performance: Beale AFB, CA; Cape Cod AFS, MA; Clear AFS, AK; RAF Fylingdales, England; and Thule, Greenland. Current Point of Contact: James Lovely Contract Specialist Phone: (719) 556-6268 Email: 850ELSG.PK.Workflow.PAFB@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c8c0b24be8b631c284d3d51f6a8e85f)
 
Place of Performance
Address: Beale AFB, CA; Cape Cod AFS, MA; Clear AFS, AK; RAF Fylingdales, England; and Thule, Greenland., United States
 
Record
SN05000565-W 20180722/180720230711-6c8c0b24be8b631c284d3d51f6a8e85f (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.