Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2015 FBO #5072
SOLICITATION NOTICE

14 -- Upgraded Early Warning Radar (UEWR)

Notice Date
10/11/2015
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACX, VBII, Building 5222, Martin Road, Redstone Arsenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
HQ0147-16-R-0020
 
Archive Date
11/11/2015
 
Point of Contact
Mr. Ritchie Vinson, Phone: 256-450-4794, Candice T. Trupiano, Phone: 2564504833
 
E-Mail Address
sensorscontracts@mda.mil, candice.trupiano@mda.mil
(sensorscontracts@mda.mil, candice.trupiano@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
It is the intent of the Missile Defense Agency (MDA) to issue a sole source solicitation for contract HQ0147-12-C-0014, to Raytheon Integrated Defense Systems (IDS), 225 Presidential Way, Woburn, Massachusetts 01801-1060, to modify the Air Force UEWRs. This modification will require the contractor to: Implement a Data Processor and Signal Processor (DP/SP) Equipment Suite modernization at Thule Air Base (AB), Greenland. The DP/SP Suite, currently under development, includes the data processor, signals processor, display and controls processor, external communications processor, and allied peripherals to resolve obsolescence issues with existing prime mission equipment. The DP/SP suite must be identical to the configuration currently in development under the Clear/Cape Cod Early Warning Upgrade Program. This solution will include UEWR facility design changes and the responsibility to achieve radar operational acceptance, which includes establishing connectivity from the radar to the Ground-Based Midcourse Defense Fire Control and Communication system. Completion of these efforts is required no later than the end of Government Fiscal Year (GFY) 2020 to support various test and phased capability requirements. The proposed contract modification will be executed on a sole source basis to Raytheon IDS pursuant to the authority of FAR 6.302-1(a)(2)(ii), as the resulting contract modification is for highly specialized supplies and services where it is likely that award to any other source would result in substantial duplication of costs to the Government that is not expected to be recovered through competition or unacceptable delays in fulfilling the Agency's requirements. The contract to be modified was awarded as a result of full and open competition. The contract scope has included implementation of a DP/SP Suite obsolescence solution for the UEWRs at Clear Air Force Station (AFS), Alaska; Cape Cod AFS, Massachusetts; Beale AFB, California; and Royal Air Force Fylingdales in the United Kingdom. The requirement to implement a DP/SP obsolescence solution at the UEWR at Thule AB, Greenland falls outside of the current contract period of performance. The contract will be extended to incorporate this effort. Responsible sources that possess and have demonstrated a capability to produce the requirement as set forth above, without substantial duplication of costs or unacceptable delays, and have a Secret Facility Clearance, may submit a capability statement (not to exceed 10 pages) for consideration within 15 days after publication of this notice. Capability statements must identify all anticipated non-recurring expenses, and must include a plan demonstrating a capability to complete the requirements as stated above by the end of GFY 2020. All capability statements received by the response date will be considered. Capability statements must be submitted by email to Mr. Ritchie Vinson, Procuring Contracting Officer, at sensorscontracts@mda.mil. Submissions will be reviewed by the Agency. A determination not to compete this proposed contract modification based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Minimal technical data will be available if MDA chooses to compete this effort. Participation in this effort is strictly voluntary. This notice of intent is not a request for competitive proposals; therefore, the Government will not pay any costs incurred as a result of responding to this announcement. Submissions of capability statements will be separate from, and have no bearing on, submissions in response to any future formal Request for Information, if one is issued. Eligibility to participate in any future acquisition does not depend upon a response to this notice. MDA will not critique the responses to this notice. Proprietary information is neither sought nor desired by the MDA. If proprietary information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., an attachment or exhibit). Respondents are responsible for adequately marking proprietary information contained in their response. DO NOT send any classified information. The Government may use third party, non-Government (contractor) support personnel as Subject Matter Experts in the review of submissions, including the review of any marked or unmarked proprietary information provided. A submission of a response to this notice constitutes the respondent's acknowledgement and agreement that the information provided in response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non-Government (contractor) support personnel. Companies interested in subcontracting opportunities may contact the Raytheon IDS Contract Manager, Mr. Michael Ellis, at 339-645-6172. The point of contact at the MDA is Mr. Ritchie Vinson, Procuring Contracting Officer, at 256-450-4794.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8e1dbbd8c14e2d75741afd91e75072e1)
 
Place of Performance
Address: 225 Presidential Way, Woburn, Massachusetts, 01801, United States
Zip Code: 01801
 
Record
SN03919768-W 20151013/151011233025-8e1dbbd8c14e2d75741afd91e75072e1 (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.