SOLICITATION NOTICE
C -- System Development
- Notice Date
- 3/1/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-ADRS
- Response Due
- 3/22/2005
- Archive Date
- 5/21/2005
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.Broad Agency Announcement For the White Sands Missile Range Advanced Digital Radar Suite Scope The U.S. Army at White Sands Missile Range (WSMR) New Mexico has a requirement to develop a system of advanced networked instrumentation radar systems. This system of radars, called the advanced digital radar suite (ADRS), will be replacing most of the ex isting radar systems currently in use at WSMR and potentially other Test and Evaluation Ranges. The ADRS initiative will include a two-phased Broad Agency Announcement, inviting the radar industry to participate in an in-depth study and design approach, addressing the capability requirements of the WSMR and other T&E Ranges. The first phase will fun d up to 4 teams to conduct independent preliminary efforts of the ADRS. Each team will receive $25k for the phase one effort. The second phase will down select from 4 teams to 2 teams, and will fund each of the two teams $500k to provide a complete, deta iled plan for the successful design, development and production of the ADRS at White Sands Missile Range. PHASE I WSMR is inviting all interested and capable Offerors to respond to this announcement by providing a summary of their companys experience in designing, developing, and fielding of state-of-the-art radar systems. The size of the company, its engineering de sign, development and production capabilities should be included as part of the response. Additionally, the respondents to this announcement should explain their knowledge and experience in the area of Instrumentation Radar used within the Test and Evalua tion of the DoD, and explain their ability to successfully design, develop and field an ADRS system and/or subsystems. It is encouraged that all Offerors utilize a partnership or team-approach with radar technology-specific companies (e.g. a transmitter, receiver, antenna pedestal, or signal processor OEM) to address all of the required capabilities of the ADRS. The Offerors response should also include the team makeup (if a team is to be used), and their respective role within the team. The WSMR ADRS team will evaluate the Respondents to this announcement, and up to four applicants will be awarded a $25k contract to conduct a feasibility study and preliminary design effort (FSPDE) to define their ideas and present their approach to the WS MR ADRS team. Deliverable under this portion will be a document listing the preliminary assessments of the ADRS, the radar technologies that could be used to address the requirements, and an oral presentation and tour of the Offerors facility to the Gove rnment. The Government will provide a document to the selected Offerors specifying the capability requirements that should be addressed in their documentation while conducting their independent approach to the ADRS. The Offerors will be encouraged to vis it WSMR to conduct a site visit of the current radar systems. Duration of Phase I: 6 weeks Funds available $25k each (up to 4 separate FSPDE, $100k total) Once selected, the four teams will address the following: Conduct feasibility study of available technologies. Document their preliminary design approach. Performance criteria of the ADRS. Document the analysis and effort required to complete the system design and performance. Estimation of cost and schedule. Team participants and their roles within the project. Provide an Oral presentation of the effort findings at the Offerors facility. Provide facility tour to the Government. Evaluation of the oral proposal will result in the selection of two contractors who will receive contracts for the development of a con cept design for the ADRS and the improvement at other DoD ranges. Two years will be allowed for the development of the design. These designs will be evaluated based on criteria that will be provided at the time of award. The design offering the best val ue for the Government will result in a build contract for that design as funds become available. It is anticipated that White Sands Missile Range alone will be investing about $40M in their range. In addition all other ranges will be able to order from t he build contract. Phase II The second phase will consist of funding two independent, all-encompassing studies, which will provide complete and detailed Roadmap documents for the successful implementation of the ADRS at WSMR. The Offerors will be tasked to provide a document that completely details their respective ADRS design approach. This document will be the Offerors Proposal to the Government for the design and development of the ADRS, including a complete cost breakdown , milestone and schedule of the effort. Two long-term Contracts (Task Orders) will then be established with the two Contractors to develop the ADRS system and/or subsystems after the evaluation of the resultant Proposal documents. During the period of pe rformance under the Task Order Contracts, the Government may elect to develop subsystem A from Team 1, and develop subsystem B from Team 2 based on the Governments best buy evaluation. Phase II Duration Complete ADRS design Proposal (18 - 24 months) Cost $500k each for the complete design and development Proposals ($1000k total) Follow on Task Order Contracts to develop and produce the ADRS 7 to 9 years Planned U.S. Army at WSMR $40M + This FBO announcement requests at minimum, the following : A summary of relevant experience and knowledge in Radar technologies. Their understanding of the role of radars in the Test and Evaluation community. The size and capability of their company and facilities. Explain their ability to successfully design, develop and field a system of major instrumentation radars. Identify team participants and their role within the team. Your response to the above 5 criteria can be no more than 20 pages long written in a font no smaller than 10. These proposals are being solicited on a full and open basis. The NAICS code assigned to this procurement is 541330 with a size standard of $23M. Responses to the above 4 criteria shall be submitted to Ms. Mari Beckler at Mari.Beckler@wsmr.army.mil no l ater than 2:00 pm MT on 22 Mar 2005.
- Place of Performance
- Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Country: US
- Zip Code: 88002-5201
- Record
- SN00760317-W 20050303/050301212124 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |