Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1998 PSA#2094

21 CONS/LGCC 700 Suffolk St., Peterson AFB, CO 80914-1200

M -- SOURCES SOUGHT FOR MAINTENANCE AND SUPPORT TO SOLID STATE PHASED ARRAY RADAR SITES POC Contract Specialist, Frank Zacharia, (719) 556-4518, Contracting Officer, Roxanna Roda, (719)556-7509 WEB: click here to get information on the web page, http://www.spacecom.af.mil/21cons/index.htm. E-MAIL: click here to contact the contracting officer via e-mail, fzachari@spacecom.af.mil and rroda@spacecom.af.mil. This is not a Request for proposal but a survey to locate potential sources to Operate, Maintain and Support (OM&S) the USAF Solid State Phase Array Radar System (SSPARS). Radar locations include Sea Launched Ballistic Missile Warning Sites (SLBMWS) and Ballistic Missile Early Warning Sites (BMEWS). The SLBMWS locations include Site 1 (Cape Cod Air Station, MA) and Site 2 (Beale AFB, CA). In addition to OM&S, both of the SLBMWS sites require Civil Engineering support and Cape Cod also includes Environmental Management services. The BMEWS sites include BMEWS I (Thule AB, Greenland), BMEWS II (Clear AS, AK), and BMEWS III (RAF Fylingdales, United Kingdom). Requirements for BMEWS I include operations and maintenance, Sensitive Communications and Precision Measurement Equipment Laboratory (PMEL) services. BMEWS II requirements include OM&S of the radar site and full base support with the exception of security, fire protection and power plant operations. Also for BMEWS II, in conjunction with the normal requirements stated above the radar site is currently being upgraded. A new radar facility is being constructed and the project is entitled "Clear Radar Upgrade" (CRU). The old radar will continue to be operated during the construction and testing of the CRU which is scheduled to be completed in the year 2000. The successful SSPARS contractor will be responsible for operating not only the old radar, but also the CRU as it becomes operational. Once the CRU is fully operational the old system will be closed and dismantled. BMEWS III requires Sensitive Communications support only, the remainder of the site is maintained by the Royal Air Force (RAF). A draft statement of work and request for proposal should be available approximately Jun98. The subsequent contract will include a sixty-day phase-in/phase-out period (2Aug99 -- 30Sep99) and is anticipated to be a ten year contract consisting of one basic year and nine option years. The basic year performance will commence 1Oct99 through 30Sep00 with the nine option years potentially extending the total contract through the year 2009. A tour will be conducted of at least some of the sites with an Aug98 time frame being targeted. In an effort to keep expenditures to a minimum the USAF is open to requests and suggestions from potential offerors regarding which sites they believe should be toured in order to obtain adequate information for proposal submission. Again, for all interested parties, this sources sought synopsis is for Government information and planning purposes only and is not a request for proposals. A final synopsis requesting proposals will follow at a later date. Current information (including a draft statement of work) for this acquisition will be maintained and will be assessable via the 21st Contracting Squadron homepage web link listed below in item 18. Information is also available by request in either electronic format (3.5" disk) or hardcopy by contacting either the contracting officer, Roxanna Roda (719)556-7509voice/7396fax or the contract specialist, Frank Zacharias (719)556-4518. Written requests may be sent to 21 CONS/LGCXB, 135 East Ent Avenue, Suite 101, Peterson AFB, CO, 80914-1385. E-mail addresses for either point of contact are listed in item 20. It is requested that all interested parties/potential offerors provide at least the following information: 1) stated interest in the acquisition; 2) short description of your capability, current involvement in contracting with the Government, and current facilities clearance; 3) contact information for your point of contact, i.e. name, telephone number and address; 4) size of business; 5) what sites/locations you are interested in touring. (0131)

Loren Data Corp. http://www.ld.com (SYN# 0040 19980513\M-0003.SOL)


M - Operation of Government-Owned Facilities Index Page