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