Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOURCES SOUGHT

H -- Maintenance/Hardness Surveillance (HM/HS) Maintenance and High Altitude Electromagnetic Pulse (HEMP) Test

Notice Date
8/23/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8823_Nuclear-Hardening
 
Point of Contact
Kimberly S. McGough, Phone: 7195562919, Kennon McPeters, Phone: 719-556-2906
 
E-Mail Address
kimberly.mcgough@peterson.af.mil, Kennon.McPeters.Ctr@Peterson.af.mil
(kimberly.mcgough@peterson.af.mil, Kennon.McPeters.Ctr@Peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SMC / MCL, located at Peterson AFB, Colorado is contemplating award of a contract for, 1. Development of an annual Hardness Maintenance/Hardness Surveillance (HM/HS) Maintenance Program, and 2. At required intervals, develop High Altitude Electromagnetic Pulse (HEMP) Test Program. If awarded, the anticipated period of performance would be one (1) base year with four (4) option years. There are four systems to be supported under these programs. 1. Aircraft Alerting Communication Electromagnetic (AACE), AN/GRC- 221 (HM/HS & HEMP) 2. Extremely High Frequency Antenna Support Shelter (EHFASS), AN/FRC-181 v1 & v2 (HEMP) 3. Secure Mobile Anti-Jam Reliable Tactical-Terminal (SMART-T), AN/TSC-154 (HM/HS) 4. Single Channel Anti-Jam Man-Portable (SCAMP), AN/FSC-25 (HM/HS) All four systems provide Electromagnetic Pulse (EMP) protection to its internal satellite communication equipment and in the event of a High altitude nuclear explosion, these units will continue to provide the backbone line of communication within the military and other critical government agencies. These systems support both strategic and tactical users of the Milstar satellite system by providing these protective measures which supports various commands. The AACE shelter has (7) seven site locations and all are inside the Continental United States (CONUS) and require these two maintenance programs. The annual HM/HS maintenance program requires a routine surveillance and associated maintenance of all Hardness Critical Item (HCI) and will require a development of a maintenance plan and site specific procedures. The shelter will also require the HEMP program and this will require site specific test plan and test procedure at each location. In developing the HEMP test plan, significant interface with Air Force Space Command (AFSPC) and United States Strategic Command (USSTRATCOM) and Defense Threat Reduction Agency is required for final approval. Final HEMP test reports will be submitted to Military Satellite Communication (MILSATCOM), USSTRATCOM and DTRA for final certification approval. HM/HS efforts will require site reports be provided to MILSATCOM. Any shelter discrepancy that indicates a deficiency in its HEMP protection will be treated as SECRET and will be delivered via government security requirements. All AACE shelters will be evaluated under Mil-Std-188-125-1 and associated Mil-HDBK-423. The EHFASS shelter includes thirteen (13) shelters of which eleven (11) are inside CONUS and two (2) are outside. HM/HS activity is not required under this contract, but HEMP program will be and under the five year contract, eight (8) are scheduled. Of those eight, two (2) are outside CONUS. The HEMP program will require a site specific test plan test procedures for each site location. In developing the HEMP test plan, significant interface with Air Force Space Command (AFSPC) and United States Strategic Command (USSTRATCOM) and Defense Threat Reduction Agency is required for final approval. Final HEMP test reports will be submitted to Military Satellite Communication (MILSATCOM), USSTRATCOM and DTRA for certification approval. All EHFASS shelters will be evaluated under Mil-Std-188-125-1 and associated Mil-HDBK-423. The SMART-T is another satellite communication unit but unlike the EHFASS and AACE shelters, this unit was designed by the Army as a transportable communication device. The Air Force utilizes most of these at specific locations and are termed as a ‘fixed' unit. Like the AACE and EHFASS shelters, the unit provides a level of HEMP protection, to their respective communication equipment. They are 26 total units at various locations and some are currently in the process of upgrade while others are in the queue for this to be completed. Those units that are in service are located both with CONUS and OCONUS. For these units, a viable annual HM/HS program is required to include a maintenance plan and a site procedure to ensure SMART-T and their HCI components are fully functional and will operate and prevent equipment damage or significant communication loss due to a HEMP event. All SMART-T units will be evaluated against Mil-Std-188-125-2 and associated Mil-HDBK-423. The SCAMP is another transportable satellite communication unit and like the SMART-T these units have been setup at specific locations and are labeled as a ‘fixed' unit. They are 26 units in total and all located within CONUS. For these units, a viable annual HM/HS program is required to include maintenance plan and a site procedure to ensure SCAMP and their HCI components are fully functional and will operate and prevent equipment damage or significant communication loss due to a HEMP event. All SMART-T units will be evaluated against Mil-Std-188-125-2 and associated Mil-HDBK-423. SMC / MCL requires interested parties have a thorough knowledge and background in development and support of the HEMP and HM/HS Programs. Knowledge must include past or present performance of HM/HS, development of HM/HS program and procedures in support of nuclear hardened equipment and components, and past experience providing support for MILSATCOM systems. Contractor must have the necessary equipment for support of Hardness Surveillance and HEMP test. Contractor must be able to provide immediate technical expertise without the need for major research and development (R&D). Secret security clearance will be required for designated positions within 30 days of award. Interested contractors must submit an unclassified Statement of Capability (SOC) within 15 days of this announcement demonstrating proven HM/HS and HEMP program development, ability to perform test and maintenance in various locations worldwide, and past experience providing support for MILSATCOM systems. The SOC shall not exceed 10 one-sided pages in length. Response must be submitted by email in electronic form in MS Word 98 or higher, or PDF format. All responses must conform to 8.5 by 11 inch page with font no smaller than 12 point, and with no less than 1/2 " top, bottom, left, and right margins. Contractor must provide references and business size/economic group. The projected Request for Proposal (RFP) release date is unknown as the requirement and acquisition strategy is still being developed. This sources sought is for informational and planning purposes only; it does not constitute a RFP. Information herein is based on the best information available at the time of publication and is subject to revision. This announcement is not binding on the Government. Small and small disadvantaged businesses are highly encouraged to respond to this notice as the acquisition strategy will be greatly influenced by the responses received. The applicable North American Industry Classification System (NAICS) code is 541330 ($27M). The Government will not recognize any cost associated with the submission of a SOC. Information received will be considered solely for the purpose of determining whether or not there is a sufficient number of interested, capable small business sources to proceed with the small business set-aside. Submit all responses to SMC / PKL, Attn: Kimberly McGough at Kimberly.mcgough@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8823_Nuclear-Hardening/listing.html)
 
Place of Performance
Address: Peterson AFB, CO, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02545729-W 20110825/110823235827-7b5df3e4096702b15c7e857ad2fcaa33 (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 |
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.