Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2018 FBO #6187
SOURCES SOUGHT

58 -- Digital Airport Surveillance Radar Sustainment

Notice Date
10/30/2018
 
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
FA8730-DASR-10302018
 
Archive Date
11/29/2018
 
Point of Contact
Christopher M. Farren, Phone: 7812255413, Laura Demanche, Phone: 781-225-5096
 
E-Mail Address
christopher.farren.2@us.af.mil, laura.demanche@us.af.mil
(christopher.farren.2@us.af.mil, laura.demanche@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Digital Airport Surveillance Radar (DASR) Sustainment Support The Air Force Materiel Command, Air Force Life Cycle Management Center, Battle Management Directorate, Aerospace Management Systems Division, Air Traffic Systems Branch (AFLCMC/HBAG), Hanscom AFB, MA is issuing a Sources Sought Synopsis to identify companies that have the capabilities to provide sustainment support of the DASR (also known as the ASR-11). The contractor will aid sustainment of all fielded DASR systems from 1 September 2019 through 31 August 2026. This survey will be one of the factors used by the Government in the acquisition planning process. This is not a Request for Quote (RFQ) or a Notice of Contract Action (NOCA). It should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connection with this announcement. This Sources Sought is to assist with Market Research to determine if responsible sources exist and to determine if this effort can be competitive and/or a total small business set aside. The Government is interested in all small businesses to include 8(a), service-disabled veteran-owned, Historically Underutilized Business Zone (HubZone), and women- owned small business concerns. The Government intends to solicit and negotiate with only one source or a limited number of responsible sources under the authority of FAR 6.302-1. Raytheon Company is the Original Equipment Manufacturer (OEM) and is the only known source with the capability to perform the tasks sought. The Government does not possess and/or cannot provide the data necessary to perform the required tasks. However, other sources may identify their interest and respond to this synopsis. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Government requests interested parties submit a statement of their qualifications with respect to the criteria described herein. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center employees, and Advisory & Assistance Services contractor employees supporting the Air Traffic Systems Branch (AFLCMC/HBAG), unless the respondent clearly objects in writing to the release of the submission to Federally Funded Research and Development Contractor employees and Advisory & Assistance Services Contractor employees supporting AFLCMC/HBAG, in a cover letter accompanying its capabilities package. The proposed North American Industrial Classification System (NAICS) Code for the overall program is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The size standard for this NAICS code is 1,250 employees. We are seeking and are open to all types of small business participation. Please state if your company is a small business, small disadvantaged business, 8(a) small business, woman-owned small business, service disabled veteran-owned small business or HubZone small business under this NAICS code and size standard. The place of performance shall be at the contractor facility and DASR (ASR-11) sites. INSTRUCTIONS FOR RESPONDING TO THE SOURCES SOUGHT The following offeror information must be provided: Company Name CAGE code and DUNS number Address Telephone Number Fax Number Email Address Point of Contact for further clarification or questions Company Size relative to NAICS code 334511 Based on the NAICS code 334511 and a size standard of 1,250 employees, please identify all of the following that are applicable: HubZone small business, 8(a) participation, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, or women-owned small business. 1. Interested parties must submit a capabilities package, with a cover letter, that is concise, yet clearly demonstrates ability to meet the stated requirements with adequate staffing of qualified personnel. The capabilities package shall clearly present evidence that the interested party is fully capable of providing the required services and supplies and as such may contain any information that the interested party feels is relevant. The capabilities package requirements are to be presented in accordance with the major sections outlined in the Capabilities Package Requirements section. 2. Responses shall not exceed 10 single-spaced pages, 12 point Times New Roman font typed with at least 1" margins. Each page of your package shall be printable on 8 ½" x 11" paper. Cover, tab dividers, title pages, glossaries, and table of contents are not required. Delivery of a Compact Disc (CD) is acceptable. Please note: emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions may not be delivered to the intended recipients. Submissions may also be received through AMRDEC SAFE (https://safe.amrdec.army.mil/SAFE/) web application. The AMRDEC SAFE application is used to send large files to individuals which would normally be too large to send via email or to send files with macro-enabled extensions. Everyone has free access to AMRDEC SAFE, and the application is available for use by anyone. 3. If further information/clarification is needed, please contact Neil McCafferty, Contracting Officer, at DSN 845-5026, Commercial (781) 225-5026, neil.mccafferty@us.af.mil. 4. Responses are to be mailed to AFLCMC/HBAK, Attention: Neil McCafferty, 75 Vandenberg Drive, Bldg 1630, Hanscom AFB, MA 01731, or can be emailed/AMRDEC SAFE to neil.mccafferty@us.af.mil, received no later than 5:00 p.m. Eastern Standard Time, 14 Nov 2018. 5. An AFLCMC Ombudsman is available to consider and facilitate the resolution of concerns from offerors, potential offers, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues and disagreements, and/or recommendation to the listed Contracting Officer above for resolution. The AFLCMC/XZC Ombudsman, located at Wright Patterson AFB, OH serves as the Ombudsman for all of AFLCMC, including its GSUs. The Ombudsman hears concerns about specific issues in acquisitions, communicates those concerns from industry or Government personnel, and assists in the resolution of those concerns. The Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes, nor does the Ombudsman diminish the authority of the program manager, contracting officer, or source selection official. When approached with an issue or query, the Ombudsman independently assesses the situation and provides a response or initiates a resolution, and when requested, will maintain confidentiality as to the source of the inquiry. The AFLCMC ombudsman can be contacted at: AFLCMC Ombudsman 1790 10th Street Bldg 572 Wright Patterson AFB, OH 45433 Telephone: 937-255-5512 Email: peter.sandness@us.af.mil CAPABILITIES PACKAGE REQUIREMENTS DASR/(ASR-11) Overview 1. The Digital Airport Surveillance Radar (DASR) is a terminal air traffic control radar system that replaces current analog systems with new digital technology. The DASR system detects aircraft position and weather conditions in the vicinity of civilian and military airfields, and it is a key component of the National Airspace System (NAS) modernization. The FAA nomenclature for DASR is the ASR-11, and the DoD nomenclature for DASR is AN/GPN-30; henceforth referred to as ASR-11. The ASR-11 improves reliability, provides additional weather data, reduces maintenance cost, improves performance, and provides digital data to new digital automation systems for presentation on air traffic controller displays. The ASR-11 consists of a primary surveillance radar and a secondary surveillance radar, as well as an antenna tower; an electronic equipment shelter/building with heating, ventilation and air conditioning; a power distribution system; an uninterruptible power supply; a back-up emergency engine/generator set; fire detection; security; and data communications equipment to connect the radar to the local radar approach control center. 2. The system is capable of providing primary surveillance coverage within 60 nautical miles of the radar, secondary surveillance coverage within 120 nautical miles of the radar, and calibrated weather precipitation intensity reports. This information is transmitted to DoD/FAA automation systems for presentation on air traffic controller displays. 3. The DoD currently maintains a total of eighty-four ASR-11 sites across the Air Force, Army, and Navy; the FAA maintains a total of seventy-four sites. Scope 1. The purpose of this effort is to provide sustainment support necessary for continued operation and deployment of the ASR-11 (for all configurations, including the Mobile ASR-11 or MASR). The contractor will accomplish the following: a. Support the resolution of Diminishing Manufacturing Sources and Material Shortages (DMSMS) and parts obsolescence issues. Support will include the following tasks: i. Identification and forecasting of potential DMSMS or obsolescence issues. ii. Parts list monitoring and screening. iii. Assessment of DMSMS impacts. iv. Analysis of possible DMSMS resolutions, e.g., identifying new sources or material solutions such as design changes. v. Implementation of DMSMS resolutions, e.g., qualification of new items (parts, assemblies and LRUs) and qualifying new manufacturing sources or suppliers. vi. Provide Life-of-Type (LoT) buys for components affected by DMSMS issues. vii. Collaborate with FAA ASR-11 depot to exchange data and identify obsolescence issues. b. Support system modifications, performance improvements and optimization efforts, including design changes (of hardware, software, and firmware) to address performance issues, interface changes, new mission requirements, maintaining product baseline commonality among different configurations, and other changes as required. c. Support the testing of the Primary Surveillance Radar (PSR) and Monopulse Secondary Surveillance Radar (MSSR) software builds, including preparation of test procedures, analysis of test data and resolution of software discrepancies or anomalies. d. Support technology refresh initiatives, including the identification of technology refresh candidates, technology insertion options, and incorporation of these technologies into the product baseline. e. Manufacture, procure, and test spares or assemblies. f. Repair unserviceable assemblies and components. g. Support the resolution of Investigation Report (IRs), Trouble Reports (TRs), Trouble Failure Reports (TFRs) and Discrepancy Reports (DRs). h. Support resolution of site specific or other ASR-11 performance issues, e.g., mitigation of wind-turbine or wind farm interference. i. Support cybersecurity initiatives, including analysis and implementation of security controls and enhancements. j. Provide updates to engineering drawings, technical manuals, provisioning data and training documentation, as required. k. Provide telephonic and on-site technical support, including emergency or on-call support. l. Support failure analysis and identify causes of equipment failure. Help identify causes of cost growth and strategies for managing cost growth. Identify changes to system design that could reduce costs. m. Support Interoperability and Test Working Group (ITWG) meetings and FAA ASR-11 Second Level Engineering and ASR-11 Depot Quarterly TIMs and PMRs. n. Support technical interchanges and other meetings as requested. 2. Support the FAA, ASR-11 Second Level Engineering Group (AJW-147) in maintaining the PSR and MSSR Software Product Support Library (PSL). Relevant Experience 1. Based on this scope of work, the following should be addressed as part of your response to this Sources Sought Synopsis: a. Please provide up to three (3) examples showing experience producing, assembling, and installing similar radar systems including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the sustainment services described herein. b. Please provide up to three (3) examples showing experience performing sustainment and modernization of similar radar systems including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the sustainment services described herein. c. Please provide up to three (3) examples demonstrating experience providing logistics support of an ASR-11 or of a similar radar system, including spares and repair management, software and hardware integration, failure reporting and analysis, obsolescence forecasting, engineering and technical support services, DMSMS support, technical manuals, and training. Be sure to include contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the sustainment services described herein. d. Describe any industry certifications that your company presently holds, including Industry Standard Organization (ISO) 9001:2008 or 9001:2015, Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI)®, or any others. DISCLAIMER AND NOTICE This is a sources sought synopsis only and does not constitute a commitment, implied or otherwise, that AFLCMC/HBAG will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotations. This request for capability information shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible to reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/537bdad54c01ccc07c8928560c3cc2a2)
 
Place of Performance
Address: Air Force Material Command, Air Force Cycle Management Center, Digital Directorate, Aerospace Management Systems Division, National Airspace System (NAS) Branch AFLCMC/HBAG, Hanscom AFB, MA, Hanscom AFB, Massachusetts, 01906, United States
Zip Code: 01906
 
Record
SN05138484-W 20181101/181030230808-537bdad54c01ccc07c8928560c3cc2a2 (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.