SPECIAL NOTICE
R -- COBRA DANE - Draft COBRA DANE PWS
- Notice Date
- 5/6/2010
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KC, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
- ZIP Code
- 32925-3002
- Solicitation Number
- FA7022-10-R-0025
- Archive Date
- 6/5/2010
- Point of Contact
- Leshan A Gardner, Phone: 321-494-5189
- E-Mail Address
-
leshan.gardner@patrick.af.mil
(leshan.gardner@patrick.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT CDRLs Draft COBRA DANE Performance Work Statement Previous COBRA DANE pre-solicitation notices were posted under FA2521-10-COBRADANE with the 45th Contracting Squadron. Due to an organizational change, present and future references for this acquisition will be under FA7022-10-R-0025. THIS IS NOT A SOLICITATION. This is a Request for Information (RFI) to get industry comments regarding a possible contract award for Operations and Maintenance (O&M) of the COBRA DANE (CD) Radar System. There are two entities involved: the CD Radar System, located at Eareckson AS, Shemya, Alaska, and the COBRA DANE Upgrade (CDU) Software Maintenance Management Facility, presently located in Woburn, MA. CD is an L-Band, computer-driven phased array radar system, whose primary mission is data collection in support of arms control and treaty verification of foreign strategic missile tests. Principal customers are the National Air and Space Intelligence Center (NASIC), State Department/Arms Control, Technology & Analysis (AC/TA), Missile Defense Agency (MDA)/Ballistic Missile Defense System (BMDS), and Space Command Space Surveillance for maintenance of the USAF catalog of orbiting objects, including observation of New Foreign Launches (NFLs) and Space Object Identification. Please review the information included in the uploaded DRAFT attachment(s) and provide written comments to LeShan Gardner via email only at leshan.gardner@patrick.af.mil no later than 4:00 p.m. Eastern Standard Time 21 May 2010. Note: All comments will be considered, but does not guarantee a change in the Performance Work Statement. The Government anticipates posting the solicitation O/A 15 July 2010. The contract type is anticipated to be a single award firm-fixed price (FFP) contract. The anticipated performance period is for a one (1) year base plus four (4) one-year option periods. The North American Industry Classification Systems (NAICS) Code for the requirement is 541330 with a size standard of $4.0M. All responsible firms may submit a proposal (after issuance of the RFP) and shall be considered for contract award. Estimated award date will be O/A 15 Dec 2010. Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see https://www.bpn.gov/ccr/default.aspx). It is mandatory to obtain a DUNS number prior to registering in CCR by visiting the Dun & Bradstreet website at http://www.dnb.com/us/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f6955c74216a820deebb10504a70a9c7)
- Record
- SN02142886-W 20100508/100506235507-f6955c74216a820deebb10504a70a9c7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |