SOURCES SOUGHT
58 -- Solid State Module Replacement (SSM-R) for Ballistic Missile Early Warning System (BMEWS) and Precision Acquisition Vehicle Entry (PAVE) Phase Array Warning System (PAWS) (BMEWS/PAVE PAWS) (BPP) - Attachment 1 - Bidders Library Instructions
- Notice Date
- 11/22/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- FA8723-17-R-0003
- Archive Date
- 12/28/2016
- Point of Contact
- James E. Lovely, Phone: 7195566268, Andrea L. Pitt, Phone: 7195563493
- E-Mail Address
-
james.lovely.1@us.af.mil, andrea.pitt@us.af.mil
(james.lovely.1@us.af.mil, andrea.pitt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Instructions to access the Bidders Library for the Solid State Module Replacement (SSM-R) procurement for BMEWS/PAVE PAWS (BPP) ground based radar system. SOURCES SOUGHT ANNOUNCEMENT THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THIS SOURCES SOUGHT SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE AIR FORCE TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS SOURCES SOUGHT. I. Synopsis: The Department of the Air Force, Air Force Life Cycle Management Center, Strategic Warning and Surveillance Systems Division is conducting market research to identify contractors capable of performing the replacement of the legacy/obsolete Solid State Modules (SSMs): Array Module (AM), Array Group Driver (AGD), Sub-Array Driver (SAD), and Side Lobe Canceller (SLC)/Side Lobe Blanker (SLB). This effort will support the Government requirements to provide sustainment actions for Ballistic Missile Early Warning System (BMEWS) and Precision Acquisition Vehicle Entry (PAVE) Phase Array Warning System (PAWS) (BMEWS/PAVE PAWS) (BPP) for the Air Force Life Cycle Management Center (AFLCMC), Battle Management Directorate, Strategic Warning & Surveillance Systems Division (HBQR). The AN/FPS-123 and AN/FPS-132 BPP radar sensors are ground-based, computer-driven, phased array radars located at Thule Air Base (AB), Greenland; Clear Air Force Station (AFS), Alaska (AK); Royal Air Force (RAF) Fylingdales, United Kingdom (UK); Beale AFB, California (CA); and Cape Cod AFS, Massachusetts (MA). All information contained in this Sources Sought Synopsis is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Air Force to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Synopsis, is solely within the discretion of the Government. This synopsis is open to all qualified prime contractors, regardless of size. The applicable NAICS is: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical Systems and Instrument Manufacturing. If a potential offeror believes a different NAICS code is more applicable to this effort than the one noted here, an alternate NAICS and justification for its use should be noted in their response. II. Scope of Work: The Government is planning to replace the above four module types with a requirement for Form, Fit, Function and Interface (F3I) replacement of the unsustainable legacy modules. The replacement effort includes designing to existing specifications, manufacturing, delivering and installing at least four subarrays of SSMs, to include 128 AMs plus 4 spares, 56 SADs plus 2 spares, 2 AGDs, and 2 SLCs/SLBs, as low rate initial production items. The potential offeror may provide an alternate solution/design that meets Government performance specifications. The Government foresees an option for follow-on production to initially produce up to 3,000 modules, with the potential long-term quantity of an additional 25,000 modules. The contractor will need to conduct a Systems Requirement Review (SRR), Preliminary Design Review (PDR), and Critical Design Review (CDR) to present a clear understanding of the specifications, demonstrate their expertise in the phased array technology, and be able to build to design and troubleshoot/repair if issues arise during manufacturing, installation and deployment. The Government has systems performance specifications and a Technical Data Package (TDP) available for use by potential offerors. The requirements and background information are available only to bidders with ability to handle For Official Use Only information upon request. III. Information Sought: Within the 12 pages specified by this Sources Sought, qualified potential prime contractors are requested to provide the following information to meet the Sources Sought objectives. 1. The Government requests industry feedback on potential offerors' ability to meet the current requirements. Responses should: a. Specify whether respondents have the background and expertise to be able to produce the first article modules, b. Describe processes for quality control and quality assurance in producing modules, and c. Identify the required timeline to produce and test the Low Rate Initial Production (LRIP) to be ready for full rate production. 2. Additionally, the potential exists for a future requirement of increased transmit and receive capability enhancements. The Government's intent is to set the final Output Power requirement in such a manner as to obtain the optimal increase in performance, balancing module procurement costs and minimizing infrastructure modifications. The Government also requests industry feedback about the impact of the potential future requirement to the sites' cooling and power requirement needs and their associated infrastructure impacts, if any, and the long-term sustainability and maintenance concept. Responses should: a. Describe the increased power output capability and availability from the modules; b. Describe the schedule required to develop and produce the modules; c. Describe how any of the potential offeror's design solution has been demonstrated to work; d. Define any required infrastructure modifications to accommodate the design; e. Trace the requirements to SSM design and include any requirements trade-offs that could be made to increase performance, as well as decrease/eliminate infrastructure impacts. The Government would prefer a single configuration of AMs capable of meeting legacy and increased output requirements. 3. The Government desires to have unlimited data rights and not proprietary electronic solutions. Describe any privately developed items, components, processes, computer software, and/or technical data that a potential offeror: (a) Intends to deliver with Limited Rights, (b) Intends to deliver with Government Purpose Rights, (c) Intends to deliver with Restricted Rights, or (d) have not yet determined if such rights should apply. The BPP SSM Replacement Bidders Library contains additional requirements information and system program documentation. Request access to the Bidders Library by following directions in Attachment 1 - Bidders Library Instructions dated 18 Nov 2016. Once in the library, users can download individual documents or open the document titled "Users Guide - Bidders Library Cloning Workbench" for instructions on how to download the entire library. IV. Questions: In addition to the information requested above in response to this Sources Sought Synopsis, the Government is seeking responses to the questions below: 1. After review of the Sources Sought library data, what additional technical/workload data, if any, is required for you to competitively propose for this effort? 2. What is your monthly production capacity? 3. How soon could you produce full-rate production units? 4. Do you have an existing contract vehicle to fulfill the requirements? If so, please identify. 5. What are your production cost drivers and constraints? 6. Would you require a site visit in order to respond to a formal Request for Proposal (RFP)? If so, how far in advance would you need in order to respond to a formal RFP? 7. What is your economic ordering quantity? What price breaks do you offer and certain quantities? 8. Describe opportunities for small business participation, if any. V. Response Information: Submit your responses via email in a PDF or an MS Office compatible electronic format to James Lovely, Contract Specialist (james.lovely.1@us.af.mil) with a courtesy copy to Ms. Andrea Pitt, Contracting Officer (andrea.pitt@us.af.mil). Response information shall contain only ONE electronic file, no larger than 5 megabytes (MB) in size that contains the following: 1) Cover letter 2) Company name, mailing address/website, location of facilities, CAGE Code, North Industry Classification System (NAICS) number(s), business size and any eligibility under the U.S. Government socio-economic programs and preference, and point of contact to include telephone number(s) and email address. Specify if responding concern is a U.S. or foreign-owned firm. 2) Responses to the Information Sought in Section III (no more than 12 pages, 12 point Times New Roman font (no smaller than 10 point when embedded within graphics) 3) Responses to questions in Section IV (if desired) Multiple electronic submissions to avoid the 5 MB size limitation will not be allowed. Any response submitted by respondents to this Sources Sought constitutes consent for their submission to be reviewed by Government personnel, Federally Funded Research and Development Center (FFRDC) employees and Advisory & Assistance Services (A&AS) contractor employees supporting AFLCMC/HBQ, unless the respondent clearly objects in writing to the release of this information to FFRDC contractor employees and A&AS contractor employees supporting AFLCMC/HBQR, in a cover letter accompanying your Sources Sought Response Package. The information received will assist in formulating an acquisition strategy decision. Responses are due no later than 13 December 2016, 4:00 pm Mountain Standard Time (MST), however, earlier submissions of responses are highly desirable. Responses received after this date and time may not be reviewed. Address all contracting and acquisition strategy questions to the Contracting Officer: Ms. Andrea Pitt, email: andrea.pitt@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ec34e62bce77a64b4a305f113e3c68f2)
- Record
- SN04334285-W 20161124/161122234434-ec34e62bce77a64b4a305f113e3c68f2 (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 |