COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12, 2001 PSA #2934
SOLICITATIONS
58 -- PRECISION APPROACH RADAR (PAR)
- Notice Date
- September 10, 2001
- Contracting Office
- ESC/GAK, Global Air Traffic Operations/Mobility Command and Control, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103
- ZIP Code
- 01731-2103
- Solicitation Number
- F19628-01-R-0039
- Response Due
- October 30, 2001
- Point of Contact
- Christine Baron, Contracting Officer, ESC/GAK, (781) 377-9304 or Capt Paul Porter, Contract Manager, ESC/GAK, (781) 377-5195
- E-Mail Address
- Click Here to E-mail the POC (christine.baron@hanscom.af.mil)
- Description
- This CBD announcement constitutes a Notice of Contract Action (NOCA) of a proposed Request for Proposal (RFP). The Global Air Traffic Operations, Mobility Command and Control (GATO MC2) Program Office, Navigation & Landing Systems Division (ESC/GAL), will issue a RFP on/about 24 Sep 01 on the HERBB. This requirement is to procure a Precision Approach Radar (PAR) for use in the Mobile Approach Control System (MACS). The PAR must meet Federal Aviation Administration (FAA) Flight Inspection and International Civil Aviation Organization (ICAO) Annex 10 performance requirements and flight inspection requirements. The PAR must be able to operate in fixed base and forward austere locations with the MACS system. The Government intends to procure approximately 18 operationally safe, accurate, and mobile PAR systems, with training, technical manuals, and support, for integration into MACS. The PAR is one of three subsystems making up the MACS currently under development. The PAR subsystem consists of all hardware and software necessary to meet the SRD requirements. MACS is a rapidly deployable and highly mobile radar air traffic control system. The PAR subsystem shall: 1. Provide an accurate azimuth of =B110 degrees, elevation of -1 to +7 degrees and range radar of 15 NM, as well as all associated controls, testing, monitoring, and calibration equipment 2. Provide Sub Clutter Visibility (SCV) of 40 dB 3. Provide the operator the capability to select six (6) uncontrolled tracks as controlled tracks 4. Have an Operational Availability (A0) equal to or greater than .995 5. Have no external multi-path mitigation devices 6. Display all plot information 7. Be transportable via highway, unimproved roads (cross-country terrain), per Ground Mobility type IV, SAE AS8090, and air (inter-theater using a C-5, C-141, or C-17 and intra-theater using a C-130). Be transportable on one C-130 (Removal equipment is assumed to be at the destination). 8. Interface with the two other MACS subsystems: a Surveillance subsystem consisting of an Airport Surveillance Radar (ASR), and an Operations subsystem (OPS) 9. Delivery of a PAR that meets FAA flight inspection and certified IAW FAA Order 8200.1. 10. Meet ICAO performance requirements IAW Annex 10, Volume I, Section 3.2and flight inspected IAW ICAO document 8071-3rd Edition, Volume I, Part IV. To the maximum extent possible, PAR should be based on mature non-developmental technology Specific requirements and operational scenarios in addition to those described may be found in the draft Systems Requirement Document (SRD) and the draft Statement of Objectives (SOO), which will be posted on HERBB. Interested parties are encouraged to review the requirements that will be posted on the HERBB website and to provide us with product information, comments, and suggestions regarding any aspect of this planned acquisition. The Best Estimate Quantity (BEQ) is 18 PAR units (including four or five first article units), with the possibility of additional systems. The contractor shall provide, training, logistics and operations and maintenance technical manuals required by mobile radar systems to insure cost saving over the PAR's expected twenty year life. The contractor will provide two sessions of operations & maintenance computer based training (CBT) for operators and maintenance personnel. The first session will be completed 30 days prior to the start of DT/OT. Operator training will be for 5 Government personnel, and maintenance training (radar, radio [comm], ECU and power production) will be for 27 Government personnel. The second training session will be completed NLT 30 days prior to the delivery of the first production system. Operator training will be provided for 6 Government personnel, and maintenance training (radar, radio [comm], ECU and power production) will be provided for 25 Government personnel. Interested Contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting System. The Government anticipates Request for Proposal release on or about 24 Sep 01 with contract award Feb 02. This NOCA does not constitute a Request for Proposal, and it does not restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. An Acquisition Ombudsman, Colonel Joseph P. Maryeski, (781) 377-5106, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman does not participate in the evaluation of responses, source selection, or formulation of acquisition strategy. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government official. The Ombudsman will maintain strict confidentiality if desired. Please direct any questions on this NOCA to ESC/GAK, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103; Attn.: Ms. Christine Baron, Contracting Officer (Tel: 781-377-9304; e-mail: Christine.Baron@hanscom.af.mil) or Capt Paul Porter, Contract Manager, ESC/GAK, (781-377-5195; e-mail: paul.porter@hanscom.af.mil). An Acquisition Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. See Note 26.
- Web Link
- ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
- Record
- Loren Data Corp. 20010912/58SOL004.HTM (D-253 SN50X2I9)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on September 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|