Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1996 PSA#1574

HQ Electronic Systems Center, Surveillance and Control Systems (TNK), 5 Eglin Street, Hanscom AFB, MA 01731-2121

J -- MAINTENANC, REPAIR AND REBUILDING OF EQUIPMENT IN SUPPORT OF SURVEILLANCE AND CONTROL SYSTEMS PROGRAMS SOL F19628-96-R-0027 DUE 060396 POC Ms. Themoula T. Poirier, Contracting Officer, 617-377-9457. The Electronic Systems Center (ESC) of the Air Force Materiel Command intends to issue a competitive Request For Proposal for the COBRA DANE Operations and Maintenance effort. This solicitation consists of providing the COBRA DANE Operations and Maintenance as described in the Commerce Business Daily Sources Sought synopsis published on 20 September 1995. COBRA DANE is a ground-based, computer driven phased array radar system located on Eareckson Air Station, the island of Shemya, Aleutian Islands, Alaska. The radar's primary mission is intelligence data collection in support of the Arms Control and Disarmament Agency's START II treaty verifications of the Commonwealth of Independent States (CIS) research and development missile launches into the Kamchatka Peninsula and the Broad Ocean Area (BOA). It also provides other intelligence sensors with precision inter-range vectors. The offeror will have responsibility for all aspects of Operations and Maintenance Support as follows: a) Systems engineering for sustaining and developmental/improvement modification development, b) Configuration management, c) Data/software modification and development, d) Organizational and intermediate level maintenance, e) Operations to assure system availability to respond to all periods of interest, twenty-four (24) hours a day may be necessary, f) Supply and specialized maintenance support, g) Full integrated logistics support. The offeror must have in-depth knowledge of L-Band phased array technology, transmitter, receiver, digital signal processing, and computer hardware. This system, designated (AN/FPS-108), is a one-of-a-kind radar system with extreme critical performance characteristics and mission availability requirements. The offeror must have sufficient experience with state of the art radar systems and personnel skilled in O&M of such systems. Offerors must have access to, or have organic, facilities to design, develop and fabricate new and replacement parts and assemblies. This will include mechanical, electrical and electronic items. Offerors must have expertise with high power, helix-type, Traveling Wave Tube (TWT) technology as the system is powered by 96 TWTs into 15,360 individual elements. Capabilities must be available to perform reverse engineering to fabricate special or obsolete parts, components and assemblies and have capability for industrial certification in welding/soldering etc. Offerors must have expertise to develop and modify Ada software programs with VMS, using the DEC Ada programming environment on VAX 6000-500 series mainframes or equivalent. Detailed knowledge of intelligence data collection and early warning radar mission algorithms, data analysis to determine system performance and data processing is essential. Offerors must provide communication personnel to operate all interior and exterior communication systems. This encompasses a 256kb data link and operations of the Tactical Information Broadcasting System (TIBS). Operators must be well versed in DoD communication procedures and must be able to have a minimum of a Secret security clearance. A crypto account must be maintained. Offerors must have a proven logistics capability and should demonstrate the ability to support the COBRA DANE program with parts, supplies and equipment. Government property: Successful offerors will be provided all available TDME, PME and spares at the COBRA DANE facility, and all COBRA DANE identifiable assets currently in the property account of the current O&M contractor's account. Successful offerors must perform organizational (on-line equipment) and intermediate (off-line equipment) level preventive and corrective maintenance. Offerors must provide the technological interface with other government contractors and user agencies to resolve technical deficiencies and carry out system improvements with both user and contractor personnel. The period of performance is anticipated to be five years. Contract award is anticipated in August 1996. ESC reserves the right not to award a contract. The release of RFP F19628-96-R-0027 is projected to be as soon as 1 May 1996. Firms interested in receiving an electronic or paper copy must submit a written request to Capt Gus Velez, ESC/TNK, 51 Schilling Circle, Bldg. 1302F, Hanscom AFB, MA, 01731-2802. Proposals will be due thirty (30) days from issuance of the RFP. Otherwise, all RFP documentation will be available for access/retrieval on the Hanscom Electronic RFP Bulletin Board (HERBB) at http://herbb.hanscom.af.mil. The Contracting Officer will issue written notification to interested parties who responded in writing to this Notice of Contract Action prior to formal release of the RFP. Any timely responses will be evaluated without prejudice. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Dr. Philip Panzarella, ESC/CD, at (617) 377-5527. This synopsis does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. (0103)

Loren Data Corp. http://www.ld.com (SYN# 0048 19960415\J-0015.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page