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