Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2003 FBO #0438
SOLICITATION NOTICE

A -- ARGUS/AADS SYSTEM DESIGN, DEVELOPMENT, AND PRODUCTION

Notice Date
2/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/SRK, Building 1102C, 29 Randolph Road, Hanscom Air Force Base, MA 01731-3010
 
ZIP Code
01731-3010
 
Solicitation Number
F19628-03-R-0001
 
Archive Date
6/30/2003
 
Point of Contact
Robert Toombs, Contracting Officer, 781-377-3989
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(robert.toombs@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION (NOCA). This announcement serves as notice to all potential offerors that, on or about 28 February 2003, the Intelligence, Surveillance, and Reconnaissance Integration Systems Program Office, Electronic Systems Center, Hanscom Air Force Base, Massachusetts anticipates the release of Request for Proposal (RFP) F19628-03-R-0001 for the acquisition of the United States Air Force (USAF) Advanced Remote Ground Unattended Sensor (ARGUS) System and, if option is exercised, United States Marine Corps (USMC) Advanced Air-Delivered Sensor (AADS) System program. The USAF ARGUS program is intended to address a critical Air Force requirement to detect, track, identify, and report ground vehicles considered to be Time Sensitive Targets (TSTs) to the Air Operations Center in near real time (NRT). The deployed units will be self-contained communications, electronics, power and sensor packaged in a delivery store. Additional required capabilities include remote monitoring, mission planning, and pre-deployment checkout. Initial capability will include a single sensor set with optional follow-on block upgrades for additional sensor types developed through a spiral development process. ARGUS will be modular to permit easy integration of these additional sensors as they are developed. ARGUS is anticipated to eventually be a family of sensors. The USMC AADS program is intended to address a critical requirement to detect, identify, and report enemy activity in the named area of interest and will be included as a contract option. The AADS program will consist of the design, development, integration, testing, production, prepared documentation, logistics support, and technical support required to deliver the AADS to USMC designated locations. Offerors will satisfy ARGUS requirements as core capability, then comply with AADS requirements as an add-on capability. The ARGUS and AADS Systems acquisition will each be conducted in two phases: ARGUS, Phase I, System Design and Development (SDD), estimated for FY03 to FY05; Low Rate Initial Production (LRIP), estimated for FY04 to FY05; optional Spiral 1 Full Rate Production estimated for FY04 to FY05; and ARGUS Phase II, optional Full Rate Production and Sustainment, estimated for FY05 to FY09. AADS will consist of Phase I, optional System Design and Development (SDD), estimated for FY03 to FY05; optional Low Rate Initial Production (LRIP) estimated for FY04 to FY05; and optional AADS Phase II, Full Rate Production and Sustainment, estimated for FY05 to FY09. All work proposed under this effort, to include options, will be subject to cost evaluation. The contract's scope will include program risk management and reduction, system definition, system development integration, installation, test, fielding, delivery and support for the ARGUS and AADS systems. The government intends to award one Cost-Plus-Award Fee/Firm-Fixed Price/ Time & Materials contract to a single prime contractor for both ARGUS and AADS systems. Our acquisition approach is to award a single contract under Full and Open Competition utilizing FAR part 15 and Best Value Evaluation criteria. Draft RFP documents are currently available on the Hanscom Air Force Base Electronic Request for Proposal Bulletin Board (HERBB) Acquisition Website https://herbb.hanscom.af.mil/rfp_list.asp. Offerors may view these documents by selecting the link "Advanced Remote Ground Unattended Sensors (ARGUS)". Offerors will be given 30 days to respond to the RFP solicitation upon its issuance. Telephone requests for the solicitation will not be accepted. Firms responding to this request shall indicate whether they are a large business, small business, very small business, small-disadvantaged, 8(a) concern, women-owned business, or HUBZone Small Business. Respondents must specify whether they are a U.S. or foreign owned firm. Only U.S. Contractors will be considered for award. Offerors will be required to have U.S. citizen staff personnel with Secret clearances and classified facility and storage capability in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5520.22-M by contract award. Contractors who are interested in doing business with the Air Force shall be registered in the DOD Central Contracting Reporting System (CCR). This NOCA does not constitute a Request for Proposal, nor a request for competitive proposals, and it does not restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. Please direct any questions on this NOCA to the following: ESC/SRK Attn: Robert Toombs, Contracting Officer 29 Randolph Road Building 1102C, Room 249B Hanscom AFB, MA 01731-1634 robert.toombs@hanscom.af.mil ESC/SRK Attn: Stanley A. Knight, Contract Specialist 29 Randolph Road Building 1102C, Room 245 Hanscom AFB, MA 01731-1634 stanley.knight@hanscom.af.mil See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00257235-W 20030213/030211213515 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.