MODIFICATION
58 -- Ultra Light Aircraft Detection (ULAD) - Amendment 4
- Notice Date
- 4/7/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Secure Border Initiative Acquisition Office, 1901 South Bell Street, 8th Floor, Arlington, Virginia, 22202, United States
- ZIP Code
- 22202
- Solicitation Number
- HSBP1010R0074
- Point of Contact
- Robert S. Gerard, Phone: 5714687008
- E-Mail Address
-
robert.gerard@dhs.gov
(robert.gerard@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- ULAD Amendment 0004 Proposal due date: 12:00 pm (EST), April 20, 2011 The U.S. Customs and Border Protection intends to solicit and award a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) on a full and open competition basis for Ultra Light Aircraft Detection (ULAD) capability using FAR Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 15, Contracting by Negotiation. The objective of this effort is to obtain Small Aircraft Detection and Tracking (ULAD) Equipment to detect and track small, low and slow moving aircraft that may have a small radar cross section. The desired system is intended to be self contained, able to operate with or without external power or CBP communications infrastructure to permit deployment in remote areas in all types of weather and terrain conditions. The system will transmit real time sensor data into an Operations Center either through its external power and communications infrastructure or, when deployed in remote locations, via its own internal power and communications package. Data must integrate into an acceptable data protocol and have remote control capability. Remote control capability means the Operations Center has the same level of control as the operator who is on-site with the system. Training is required for a limited number of personnel. Vendor will be required to develop an operations and maintenance training curriculum and conduct a training course for a limited number of personnel upon acceptance of the system to permit the Government to operate and deploy the system. An IDIQ contract with firm-fixed price delivery orders is anticipated. The North American Industry Classification System (NAICS) code applicable to this requirement is 334511. A Statement of Objectives (SOO) and technical specifications will be provided in the Request for Proposal (RFP). Vendor will be required to submit a Performance Work Statement (PWS) and Work Breakdown Structure (WBS) with their proposal. The RFP will be made available electronically at the Federal Business Opportunities www.fedbizopps.gov. Offeror's must be registered and active in the Central Contractor Registration ( CCR ) database to be considered for award. See www.ccr.gov for further information and instruction. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-07-15 13:51:22">Jul 15, 2010 1:51 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-04-07 16:26:44">Apr 07, 2011 4:26 pm Track Changes The Government will not accept anymore questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/HSBP1010R0074/listing.html)
- Place of Performance
- Address: Southwest Border, United States
- Record
- SN02419285-W 20110409/110407234326-023fe383634c1adb65facc6ffdd9152f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |