Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1997 PSA#1995

J -- MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT Contracting Office: ATTN: Patricia A. Larzelere, 668 LS/PKS, 306 Wakkannai St, Ste 1, San Antonio, TX 78243-139. FAX Number is (210) 977-2080 (unclassified). Telephone requests will NOT be honored. This is a pre-solicitation notice to determine contractors who would be interested in this competitive procurement. The contractor must possess a secret clearance to secure solicitation documentation. Also there will be some positions needing a Top Secret-SCI for the actual performance of this contact. Due to the classification of the information handled by the operators and maintainers, foreign entities will not be considered. The Operations and Maintenance (O&M) of two radar systems is being opened for competitive source selection. The first system is an instrumentation platform, aboard United States Naval ship capable of gathering extensive radar data on aerospace systems such as earth satellite vehicles, ballistic missiles, and aircraft. The instrumentation consists of radar sensors and supporting automatic data processing equipment, communications, navigation, timing, and telemetry subsystems. The main acquisition radar operates at S-Band frequencies and uses a traveling-wave tube (TWT) transmitter with a phased-array antenna mounted on a rotatable turret. The X-Band tracking radar uses a TWT transmitter with a 30-foot parabolic dish antenna, steerable in azimuth and elevation. The second system is a land and sea-capable transportable S- and X- band dish radar. The system consists of six ISO containers (X-Band transmitter, S-Band Transmitter, console Shelter, Signal Processing Shelter, Generator, and Cooling shelter) and a 5-meter dish. In a sea- based configuration, only the transmitter shelters (2), console shelter, and processor shelter will be placed onboard a United States Navy ship, which will provide the power and cooling requirements. The offeror will have responsibility for all aspects of the O&M to include, but not be limited to: a) sustainment engineering, b) configuration control, c) software maintenance and modification, d) organizational level maintenance both onboard and at onshore facilities, e) instrumentation availability for extended periods, f) supply and specialized maintenance support to include full integrated logistics support, and g) operations responsibility for data reduction and analysis. These are one of a kind systems with extremely critical performance characteristics and mission availability requirements. The offeror must have sufficient experience with radar equipment and personnel skilled in the O&M of these systems. Operators/ maintainers must have in-depth knowledge of DoD communications procedures and must be able to hold a TS-SCI security clearance. Offeror must have sufficient depth of personnel to provide worldwide deployment of Depot Level Teams to effect repairs and/or modifications that are beyond the capability of onboard maintenance personnel. For this source selection, utilization of currently employed operators and maintenance personnel for ship borne systems is considered by the Air Force a major risk abatement technique. Willingness to employ this technique must be presented as part of your response to the solicitation that will later be issued. Please fax to the above referenced contracting officer the following information: a) Point of contact that has at least secret clearance with telephone number and fax numbers, b) information as to the management of your security clearances with the name and phone number of your security manager, c) Defense Inventigative Service office that surveils you company with point of contact and telephone number, and d) telephone number connected to secured telephone unit. This information should be received no later than 16 Jan 98. Contractors that are cleared for this security clearance will receive a draft classified Statement of Work approximately 31 Jan 98.

Loren Data Corp. http://www.ld.com (SYN# 0611 19971218\SP-0021.MSC)


SP - Special Notices Index Page