Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 21,1997 PSA#1807

Electronic Systems Center/AVK, Contracting Division, Command & Control Systems, 20 Schilling Circle, Hanscom AFB, MA 01731-2816

23 -- AN/TPS-75 RADAR SYSTEM SHELTER REPLACEMENT (RSSR) ACQUISITION EFFORT SOL F19628-97-R-0017 DUE 050597 POC Lt. Jason Lindgren, Contract Manager, 617-377-6605, lindgrenj@hanscom.af.mil; or Mr. Sean Mullen, Contracting Officer, 617-377-7386, mullens@hanscom.af.mil. Notice of contract action for the acquisition of shelters to house the AN/TPS-75 radar system. The AN/TPS-75 radar system is a three-dimensional (3-D) radar set that is transportable by Air, Land or Sea. Specifically: truck, helicopter, cargo aircraft and dolly sets (M-832). The Government anticipates awarding a contract for the engineering and design phase of the program with options for a production run of a minimum of two (2) and an approximate total of 20 to 60 shelters. Estimated quantities are 3 to 15 shelters per year over a five year period. The shelters will be based on a design similar to the current S-280C/G construction, but designed to accommodate the Radar System Shelter Replacement (RSSR) dimensions and the weight requirements. The shelters are intended to be a direct replacement for the existing shelters currently housing the AN/TPS-75 radar system without changes to: the interface with or layout of the system equipment, internal and external shelter dimensions, or the current maintenance concept. The exterior dimensions will be 84 inches high, by 87 inches wide, by 177 inches long. The interior dimensions will be 74.5 inches high, by 81.5 inches wide, by 168.0 inches long. The tare weight will not exceed 2000 pounds and the payload will not be less than 8500 pounds. The unmodified shelter will have 60dB of Electro-Magnetic Interference shielding effectiveness. Reprocurement drawing packages will be required for the basic shelter and the interface package. Two physical models will be fabricated for testing. The first shelter will have cutouts and equipment attachment points installed, compatible with the AN/TPS-75 system, for a Government accomplished equipment interface test. The final interface drawing package will be submitted after these tests. The second shelter will go through two separate tests to be accomplished by the contractor. The unmodified shelter (minus cutouts) will be tested, to include EMI testing. The shelter will then be modified and dummy loads installed for mobility tests. Test results will be submitted to the Government. The contractor will provide product level drawings of the bare shelter after these tests. Offerors will be required to provide, as part of the source selection, outline drawings of the shelter showing the sizes and location of structural members including tolerances. The drawings will include cross-sections of joint section of walls, ceiling, floor, and end panels including the size and thickness of corner frame members, if any. The contractor will provide a detailed analysis and description of how their proposed design will accommodate the RSSR payload requirements. The Government plans to release the Request for Proposal (RFP) for RSSR on or about 04Apr97. All documents will be released electronically on the Hanscom Electronic RFP Bulletin Board (HERBB) at the Hanscom AFB World Wide Web Home Page at: http://WWW.herbb.hanscom.af.mil/. The only documents the Government intends on mailing are drawings released FOR INFORMATION ONLY. The drawings are in electronic format, spanning three CDs. To receive these drawings, submit your request in writing to ESC/AVK, 20 Schilling Circle, Hanscom AFB, MA 01731-2816, ATTN: Lt. Jason Lindgren, or FAX to (617) 377-6592. RSSR program information is currently available on (HERBB). A MODEM and commercially available communications software are all that is needed to access HERBB. Offerors are advised that until RFP release, all documents are subject to change. An Ombudsman, Col. Lee Hughes, ESC/CX, Director, Commander's Staff, (617) 377-5527, has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate offeror concerns, issues, disagreements and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman should only be contacted with issues or problems previously brought to the attention of the program manager and/or the contracting officer and could not be satisfactorily resolved, or issues that require contractor confidentiality. (0077)

Loren Data Corp. http://www.ld.com (SYN# 0213 19970321\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page