Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,2000 PSA#2530

Department of the Air Force, Air Force Materiel Command, HQ AIA, HQ AIA/668-LS/ILC, 251 Kirknewton, Bldg 2088, Kelly AFB, TX, 78243-7034

J -- OPERATIONS & MAINTENANCE OF COBRA DANE RADAR SYSTEM SOL Reference-Number-F41621-00-S-0002 DUE 020900 POC William Kaufman, Contract Specialist, Phone 2109772821, Fax 2109772980, Email wkaufman@668-ls.aia.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=Reference-Num ber-F41621-00-S-0002&LocID=1243. E-MAIL: William Kaufman, wkaufman@668-ls.aia.af.mil. ***********************This notice is being sent to advise any potential sources of a change in e-mail address and office symbol. Any response to this request which was sent to the old e-mail address may not have been received. Any e-mail response must be re-sent to the following e-mail address: William.Kaufman@aia.af.mil. Our new office symbol was changed from 668 LS/ILCB to AIA/LGPB. The correct address for any response is AIA/LGPB, Attn: Bill Kaufman, 251 Kirknewton Street, Suite 1, San Antonio TX 78243-7034. **************************** Sources are being sought for the Operations and Maintenance (O&M) of the COBRA DANE Radar System. COBRA DANE is a ground-based, computer-driven phased array radar system located at Eareckson Air Station on the island of Shemya, Aleutian Islands, Alaska. The radar's primary mission is intelligence data collection in support of arms control and treaty verification of foreign strategic missile tests. The principal customers are National Air Intelligence Center (NAIC) and State Department/Arms Control and Technology and Analysis (State/AC/TA). It also provides other intelligence sensors with precision inter-range vectors as needed. A secondary mission provides routine and tasked orbital debris and satellite tracking information to Cheyenne Mountain Air Station in Colorado Springs, CO. The offeror will have responsibility for all aspects of Operation and Maintenance Support as follows: a) System engineering for sustaining and enhancing radar operations, b) Configuration management, c) Hardware and software modification and development, d) Organizational and depot level maintenance, e) Operations to assure system availability to respond to all data collection periods of interest, twenty-four (24) hours a day, 365 days a year may be necessary, f) Supply and specialized maintenance support, g) Fully integrated logistics support. The offeror must have in-depth knowledge of phased array technology, L-Band transmitter, receiver, digital signal processing, and computer hardware. This system, designated AN/FPS-108, is a one-of-a-kind radar system with critical performance characteristics and mission availability requirements. The offeror must have sufficient experience with the more advanced radar systems and personnel skilled in O&M of such systems. Offerors must have access to or have organically, 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 powering 15,360 individual elements. The offerors must also have experience with digital PIN-diode Phase Shifter and Time Delay operations, maintenance and repair, as both forms of beam steering are utilized. Capabilities must be available to perform reverse engineering to fabricate special or obsolete components and assemblies and have capability for industrial certification in welding/soldering etc. Offerors must have expertise to develop and modify Ada software programs under VMS operating system, using the DEC Ada programming environment on VAX 6000-500 series mainframes or equivalent. Detailed knowledge of intelligence data collection and space surveillance radar algorithms, data analysis to determine system performance and data processing is essential. Offerors must provide communications personnel to operate all interior and exterior communications systems. This encompasses a 256kb data link and operations of the Tactical Intelligence Broadcasting System (TIBS) as well as a link to Cheyenne Mountain Air Station and other DoD communication assets within and outside the facility. Operators must be well-versed in DoD communication procedures and must be able to have a minimum of a Secret security clearance. For the actual performance of this contract, at least two technicians are required to have TS/SCI clearances for a collateral island support responsibility. A crypto account must also 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 Test Measurement and Diagnostic Equipment (TMDE), Precision Measuring Equipment (PME) and spares at the COBRA DANE facility, and the current O&M contractor's account. Offerors must have sufficient resources to provide Depot Level Maintenance and/or modifications essential to mission success. Successful offerors must perform organizational (on-line equipment) and intermediate (off-line equipment) level preventive and corrective maintenance. Offerors must serve as 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. A site visit/preproposal conference for offerors will be scheduled at a later date. Personnel must travel on the day prior to the site visit toAnchorage, Alaska for early departure via Elmendorf Air Force. Be prepared for a possible extension to the travel itinerary for inclement weather. Based on the number of responses received, there may be a limit to the number of personnel permitted to visit the site. Send name, job title, social security number, gender, military grade or civilian equivalent, security clearance, and company name with your response to the address listed below. A specific travel itinerary and information package will be sent to all interested parties directly after the response date. No classified discussions will be conducted during the site visit. A reference/bidder's library will be available to all interested parties. Respondents will be surveyed to verify their capabilities, facilities, experience or available personnel as well as past performance. Resumes of key management and technical personnel should be submitted with the response. A short company resume on related performance to include a list of past performance references on similar contracts would be beneficial. Any firm wishing to submit an information package must do so within thirty (30) days of the publication of this synopsis. The period of performance is anticipated to be five (5) years. Contract award is anticipated no later than December 2000. Information packages should not be longer than twenty (20) pages including graphics, tables or photographs. One copy should be sent to: AFTAC/DOY, Attn: William F. Burwell, Lt Col, 1030 South Highway A1A, Patrick AFB FL 32925-3002. Another copy should be addressed to: AIA/LGPB, Attn: Bill Kaufman, 251 Kirknewton Street, Suite 1, San Antonio TX 78243-7034. Utilization of currently employed operators and maintenance personnel 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 be issued later. 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. The government will not otherwise pay for either the information solicited or any required travel expenses. All small businesses, small disadvantaged sources and HUB Zone eligible entities should identify themselves as such. Posted 02/02/00 (D-SN420994). (0033)

Loren Data Corp. http://www.ld.com (SYN# 0031 20000204\J-0004.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page