|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,2000 PSA#2530Department of the Air Force, Air Force Materiel Command, HQ AIA, HQ
AIA/668-LS/ILC, 251 Kirknewton, Bldg 2088, Kelly AFB, TX, 78243-7034 J -- OPERATIONS & MAINTENANCE OF COBRA DANE RADAR SYSTEM SOL
Reference-Number-F41621-00-S-0002 DUE 020900 POC William Kaufman,
Contract Specialist, Phone 2109772821, Fax 2109772980, Email
wkaufman@668-ls.aia.af.mil WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=Reference-Num
ber-F41621-00-S-0002&LocID=1243. E-MAIL: William Kaufman,
wkaufman@668-ls.aia.af.mil. ***********************This notice is being
sent to advise any potential sources of a change in e-mail address and
office symbol. Any response to this request which was sent to the old
e-mail address may not have been received. Any e-mail response must be
re-sent to the following e-mail address: William.Kaufman@aia.af.mil.
Our new office symbol was changed from 668 LS/ILCB to AIA/LGPB. The
correct address for any response is AIA/LGPB, Attn: Bill Kaufman, 251
Kirknewton Street, Suite 1, San Antonio TX 78243-7034.
**************************** Sources are being sought for the
Operations and Maintenance (O&M) of the COBRA DANE Radar System. COBRA
DANE is a ground-based, computer-driven phased array radar system
located at Eareckson Air Station on the island of Shemya, Aleutian
Islands, Alaska. The radar's primary mission is intelligence data
collection in support of arms control and treaty verification of
foreign strategic missile tests. The principal customers are National
Air Intelligence Center (NAIC) and State Department/Arms Control and
Technology and Analysis (State/AC/TA). It also provides other
intelligence sensors with precision inter-range vectors as needed. A
secondary mission provides routine and tasked orbital debris and
satellite tracking information to Cheyenne Mountain Air Station in
Colorado Springs, CO. The offeror will have responsibility for all
aspects of Operation and Maintenance Support as follows: a) System
engineering for sustaining and enhancing radar operations, b)
Configuration management, c) Hardware and software modification and
development, d) Organizational and depot level maintenance, e)
Operations to assure system availability to respond to all data
collection periods of interest, twenty-four (24) hours a day, 365 days
a year may be necessary, f) Supply and specialized maintenance
support, g) Fully integrated logistics support. The offeror must have
in-depth knowledge of phased array technology, L-Band transmitter,
receiver, digital signal processing, and computer hardware. This
system, designated AN/FPS-108, is a one-of-a-kind radar system with
critical performance characteristics and mission availability
requirements. The offeror must have sufficient experience with the more
advanced radar systems and personnel skilled in O&M of such systems.
Offerors must have access to or have organically, facilities to design,
develop, and fabricate new and replacement parts and assemblies. This
will include mechanical, electrical, and electronic items. Offerors
must have expertise with high power helix-type Traveling Wave Tube
(TWT) technology as the system is powered by 96 TWTs powering 15,360
individual elements. The offerors must also have experience with
digital PIN-diode Phase Shifter and Time Delay operations, maintenance
and repair, as both forms of beam steering are utilized. Capabilities
must be available to perform reverse engineering to fabricate special
or obsolete components and assemblies and have capability for
industrial certification in welding/soldering etc. Offerors must have
expertise to develop and modify Ada software programs under VMS
operating system, using the DEC Ada programming environment on VAX
6000-500 series mainframes or equivalent. Detailed knowledge of
intelligence data collection and space surveillance radar algorithms,
data analysis to determine system performance and data processing is
essential. Offerors must provide communications personnel to operate
all interior and exterior communications systems. This encompasses a
256kb data link and operations of the Tactical Intelligence
Broadcasting System (TIBS) as well as a link to Cheyenne Mountain Air
Station and other DoD communication assets within and outside the
facility. Operators must be well-versed in DoD communication procedures
and must be able to have a minimum of a Secret security clearance. For
the actual performance of this contract, at least two technicians are
required to have TS/SCI clearances for a collateral island support
responsibility. A crypto account must also be maintained. Offerors must
have a proven logistics capability and should demonstrate the ability
to support the COBRA DANE program with parts, supplies, and equipment.
Government property: successful offerors will be provided all
available Test Measurement and Diagnostic Equipment (TMDE), Precision
Measuring Equipment (PME) and spares at the COBRA DANE facility, and
the current O&M contractor's account. Offerors must have sufficient
resources to provide Depot Level Maintenance and/or modifications
essential to mission success. Successful offerors must perform
organizational (on-line equipment) and intermediate (off-line
equipment) level preventive and corrective maintenance. Offerors must
serve as the technological interface with other government contractors
and user agencies to resolve technical deficiencies and carry out
system improvements with both user and contractor personnel. A site
visit/preproposal conference for offerors will be scheduled at a later
date. Personnel must travel on the day prior to the site visit
toAnchorage, Alaska for early departure via Elmendorf Air Force. Be
prepared for a possible extension to the travel itinerary for inclement
weather. Based on the number of responses received, there may be a
limit to the number of personnel permitted to visit the site. Send
name, job title, social security number, gender, military grade or
civilian equivalent, security clearance, and company name with your
response to the address listed below. A specific travel itinerary and
information package will be sent to all interested parties directly
after the response date. No classified discussions will be conducted
during the site visit. A reference/bidder's library will be available
to all interested parties. Respondents will be surveyed to verify their
capabilities, facilities, experience or available personnel as well as
past performance. Resumes of key management and technical personnel
should be submitted with the response. A short company resume on
related performance to include a list of past performance references on
similar contracts would be beneficial. Any firm wishing to submit an
information package must do so within thirty (30) days of the
publication of this synopsis. The period of performance is anticipated
to be five (5) years. Contract award is anticipated no later than
December 2000. Information packages should not be longer than twenty
(20) pages including graphics, tables or photographs. One copy should
be sent to: AFTAC/DOY, Attn: William F. Burwell, Lt Col, 1030 South
Highway A1A, Patrick AFB FL 32925-3002. Another copy should be
addressed to: AIA/LGPB, Attn: Bill Kaufman, 251 Kirknewton Street,
Suite 1, San Antonio TX 78243-7034. Utilization of currently employed
operators and maintenance personnel is considered by the Air Force a
major risk abatement technique. Willingness to employ this technique
must be presented as part of your response to the solicitation that
will be issued later. This synopsis does not constitute an IFB or RFP
and is not to be construed as a commitment by the government. The
government does not intend to award a contract on the basis of this
notice. The government will not otherwise pay for either the
information solicited or any required travel expenses. All small
businesses, small disadvantaged sources and HUB Zone eligible entities
should identify themselves as such. Posted 02/02/00 (D-SN420994).
(0033) Loren Data Corp. http://www.ld.com (SYN# 0031 20000204\J-0004.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|