MODIFICATION
66 -- Air Force AN/TMS-2 Portable Doppler Radar (PDR) Contractor Logistics Support
- Notice Date
- 4/3/2013
- Notice Type
- Modification/Amendment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8730-13-R-PDR(2)
- Archive Date
- 4/27/2013
- Point of Contact
- Beth A Carter, Phone: 7812255075, Ray R. Erne, Phone: 7812255393
- E-Mail Address
-
Beth.Carter@hanscom.af.mil, Ray.Erne@hanscom.af.mil
(Beth.Carter@hanscom.af.mil, Ray.Erne@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. GENERAL INFORMATION: For planning and information purposes, the Air Force Life Cycle Management Center (AFLCMC) is seeking potential sources for Contractor Logistic Support (CLS) of the Air Force AN/TMS-2 Portable Doppler Radar. AN/TMS-2s sustainment must be operationally accepted by the Air Force Weather Agency (AFWA). A contractor shall provide supplies and services required to plan, manage, execute engineering, integration, logistics, and operational support tasks; including all software/hardware modifications/upgrades and merchandise purchase options for the current fielded systems. 2. BACKGROUND: AN/TMS-2 is a Portable Doppler Radar system that detects, collects, makes data available locally, and delivers weather data information to AFWA, who in turn provides PDR data and products to its customers. In particular, Operational Weather Squadrons use the PDR data and products as part of a comprehensive and ongoing environmental analysis and mission impact assessment to produce weather warnings, watches, advisories, and other mission-essential weather products that are delivered to support air and ground operators. The AN/TMS-2 system enables interoperability to provide consistent and relevant radar analysis information to joint decision makers. AN/TMS-2 will generate radar products using volume scan technology that greatly reduces man-intensive analysis and automates radar control. The AN/TMS-2 system operates at the UNCLASSIFIED security/classification level on DoD-provided common-user communications networks. The PDR to be sustained under CLS is the EWR-700XD, a commercial radar manufactured by EWR Weather Radar. The United States Air Force has approximately 20 systems at various locations worldwide which can be re-located to other locations within days. The sustainment effort described herein must be performed such that a common hardware and software configuration baseline is maintained. A common AN/TMS-2 hardware and software configuration baseline is critical to ensure form, fit, and function commonality to concurrently support the AN/TMS-2 mission and its interface with the Weather Product Management and Distribution System (WPMDS), at AFWA, as well as maintain commonality in operations, maintenance, and logistics among all AN/TMS-2 sites. 3. REQUESTED CAPABILITY: The procurement contract is ending and sustainment will begin at the end of that contract. The radar must be maintained and spares supplied. The contractor must fully understand and show prior experience with maintaining radar systems, providing spare parts, and help desk support. This is an advance notice for potential work for which funding has not yet been approved. The contractor shall be responsible for: 1. Providing support to the AN/TMS-2 systems; including implementing help desk support, repairing and replacing of Line Replaceable Units (LRUs), and performing Information Assurance (IA) sustainment work which will include evaluating and disseminating Time Compliance Network Order (TCNO) updates, conducting annual scans, and updating the operating systems and application software to approved versions. 2. Identifying hardware obsolesce issues, determining form, fit, function replacement items, proposing them to the Government, and updating documentation after the changes are approved. 3. Identifying software obsolesce issues and proposing technical solutions to the government. For software changes any of the following tasks may be required but not limited to: obtaining a new IA certification, modifying/upgrading software, re-writing of technical documentation, administering training and supporting Government testing. 4. RESPONSES: Please submit written responses no later than 15 days from issuance of this synopsis as e-mail attached Microsoft Word document, limited to 10 pages one sided 8.5" x 11" courier type, 10 point with 1 inch margins. Contractor format is acceptable, E-mail to beth.carter@hanscom.af.mil. To ensure a prompt response, ensure a courtesy copy is sent to Major Paul Cooper, at paul.cooper@hanscom.af.mil The Government will review industry responses in detail. If the Government would like to discuss your response to this sources sought synopsis, you will be contacted for additional information. Responses received after 15 days may not be reviewed. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. No additional information is available at this time. There are no other prescribed format requirements for the response to this announcement. Submit detailed capabilities of your firm to meet the requirements listed in the paragraphs above to include the following information: 1. Provide contact information with your submission: company name, address, and primary, engineering and program management points of contact (including name, phone number, and email address). 2. Detail relevant experience in technical assistance, troubleshooting and level one repair with similar projects, both in government and commercial sectors. Include the following information: a) Government contract number b) Contract value c) Role your company played d) Point of contact and current telephone number (PCO or Program Manager) 3. Please describe your company's experience providing stock, store and issue services for Government Furnished Equipment (GFE) such as military spare parts and consumables. Specifically: a) What is your experience dealing with customs issues for international shipment of military parts? b) Have you processed US or foreign government customs licenses before and do you currently have any in place for systems you are supporting? c) According to your experience, what is a reasonable time requirement to provide spare parts/equipment to overseas locations? 4. Address your company's resource capacity to support the PDR sustainment effort over an anticipated five (5) year contract period. 5. Address your company's software experience and how it is used to enhance your software productivity. It will be a contract requirement to maintain the AN/TMS-2 software/hardware while sustaining a common h/w s/w baseline with the other PDR sites for maintenance purposes. 6. Demonstrate how your radar experience with this class of radars will allow you to sustain the system. Response should demonstrate full system engineering and manufacturing experience and how that would be applied to this effort. Specifically: a) Please detail current manpower availability including experience level with the AN/TMS-2 and its current configuration or describe your process and timeline for securing the necessary expertise. b) Please detail your experience with help desk services, including after-hours support and your expertise/experience with the Remedy suite of help desk management software. 7. Address any experience with Information Assurance certification processes. 8. Please describe any experience your company has in establishing subcontracts with third party suppliers of repair services such as an original equipment manufacturer. 9. Please describe any experience your company has in producing computer based training products for military equipment. 10. Please describe any experience your company has in producing documentation and technical orders such as operations, supply, and maintenance manuals for military equipment. 11. Please detail current facilities or warehouse space. 12. The NAICS code for this effort is 334519 with a size standard of 500 employees. a) Interested firms must provide their CAGE code and DUNS number. Respondents must indicate their size of business pursuant to the North American Industry Classification System (NAICS). Please indicate whether you are a large or small business. If a small business, please specify the type (e.g. Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, WOSB, and VOSB.). The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates. b) Please indicate whether your company is interested in participating as the prime contractor or as a subcontractor or whether your company is interested in participating as part of a teaming arrangement. 13. Please provide any additional information you feel would assist the government in determining your ability to support this type of workload. AFLCMC support contractors will assist the Government in the review of your response. AFLCMC support contractors include: MITRE Corporation, Tecolote Research Inc, and Jacobs Technology ETASS Team. All of the support contractors and their employees have agreed to protect proprietary information from unauthorized use and disclosure. Unless clearly marked otherwise, submission of a response to this sources sought signifies agreement to allow personnel from the above-listed firms and personnel from AFLCMC to use the information to develop the acquisition approach. Failure to respond to this sources sought does not preclude participation in any future competition, nor will information provided in response to this sources sought be used to exclude anyone from responding to any future Request for Proposals. Communications with AFLCMC with regard to this sources sought will only be permitted in writing during the sources sought response period. 5. REQUESTED INFORMATION: This is not a Request for Proposal (RFP) or Invitation for Bid (IFB); it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Air Force does not intend to award a contract on the basis of this request, nor will the Air Force pay for the information requested. Your answers are intended to be used to help construct our acquisition strategy and may be used to structure the Government's RFP. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with the SEC's confidential treatment regulations at 17 C.F.R. 200.83. Responses to this RFI will not be returned. Respondents may not be notified of the result of the review. AFLCMC will use the responses to the announcement to make an informed decision concerning the strategy it will pursue to meet its objectives and, if AFLCMC elects to proceed, to structure the solicitation to maximize commercial sector interest and small business utilization. All firms responding to this announcement will be notified if a requirement is solicited. The governments' evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.) results will be utilized to determine small business set-aside opportunities. All types of small business set-asides will be considered. 6. QUESTIONS: The Government will consider and attempt to respond to all questions, but reserves the right not to respond. All answers to submitted questions will be posted on the FedBizOpps (FBO) website on a non-attribution basis. Questions and answers of a proprietary basis will be handled on a case-by-case basis. Questions regarding this announcement shall be submitted in writing by e-mail to beth.carter@hanscom.af.mil within the 15 day period. Verbal questions will not be accepted. Contracting Office Address: AFLCMC/HBAK Attn: Beth Carter Building 1630, 75 Vandenberg Rd Hanscom AFB, MA 01731
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e159549de97354a8cac22b45f1083efd)
- Place of Performance
- Address: World Wide, United States
- Record
- SN03027974-W 20130405/130403234944-e159549de97354a8cac22b45f1083efd (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 |