SOLICITATION NOTICE
A -- Clear/Cod Upgrade EWR (UEWR)
- Notice Date
- 6/1/2011
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA-DAC, 5600 Columbia Pike, Alexandria, Virginia, 22041
- ZIP Code
- 22041
- Solicitation Number
- HQ0147-11-R-0002
- Point of Contact
- Melody S. K. Thurmond, Phone: 2564501478, Carol Rivard, Phone: 2564501474
- E-Mail Address
-
ClearCompetition@mda.mil, ClearCompetition@mda.mil
(ClearCompetition@mda.mil, ClearCompetition@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: Pursuant to Federal Acquisition Regulation FAR 5.205(c), this is a pre-solicitation notice for a Full and Open, Competitive, Best Value, Source Selection acquisition to upgrade Air Force Early Warning Radars (EWR) at Clear AFS, Alaska and Cape Cod, Massachusetts, to become a part of the Missile Defense Agency (MDA) Sensor network. MDA intends to issue a Draft Request for Proposal (DRFP) which will include upgrades to meet joint MDA/USAF performance requirements while maintaining the two missions of missile warning and space surveillance. In addition, the DRFP will also require the offerors to fabricate hardware, develop and implement Site Unique Software Adaptations, install, test, and field Upgraded Early Warning Radar (UEWR) software and hardware. The offerors shall accomplish all of this while retaining the legacy EWR radar front-end and commonality of hardware with the previous three UEWR deployments. The upgrades must be accomplished at the Clear and Cape Cod EWRs while the radar continues to execute its operational mission with its existing prime mission equipment. The Contractor shall be required to align contractual activities with the Air Force Space Command (AFSPC), MDA, and US Strategic Command (USSTRATCOM) scheduling, testing, acceptance and certification processes for hardware and software modifications of the EWRs. The Contractor shall be responsible for developing a final design including solutions to UEWR hardware obsolescence issues such as the receiver-exciter and beam steering units, which ensure form, fit and function commonality among all UEWR sites. All redesigned components must meet or exceed the requirements defined in the UEWR Prime Item Development Specification. The contractor shall be responsible for modifying the baseline UEWR software to accommodate any emerging Ballistic Missile Defense System (BMDS) requirements as identified in the RFP as well as adapting the existing UEWR design to accommodate local ionospheric effects. In addition, the UEWRs will be required to incorporate Concurrent Test, Training and Operations capabilities such that UEWR radar operations will continue without interruption while participating in BMDS ground testing or operator training. The Contractor shall produce technical documentation for operations, training and maintenance of the systems in accordance with Air Force policy. Consistent with maintaining a common UEWR configuration, technical documentation must be produced in such a way as to facilitate migration to the other UEWR sites, including delivery in an editable form. The Contractor shall perform internal facility design upgrades and facility modifications, and/or coordinate with other ongoing facilities improvements, while minimizing impact to site operations and maintenance. The contractor shall transport, install and test UEWR hardware and software, and perform in-plant and on-site system tests in coordination with the Ground-based Missile Defense Communications Network (GCN) and AFSPC for the legacy missions. The Government anticipates several simultaneous projects being conducted during the time of the upgrade. The contractor shall coordinate upgrade activities with all Government agencies and other prime contractors to take advantage of possible synergies to minimize cost and schedule impacts and eliminate the potential for rework. The UEWR software build that performs the missile warning, space surveillance and missile defense missions must be operationally accepted by the AFSPC. Background: Three EWRs at Beale Air Force Base (AFB), CA, Royal Air Force (RAF) Fylingdales, United Kingdom, and Thule Air Base (AB), Greenland, have been upgraded to the UEWR configuration. This acquisition will require the upgrades at Clear and Cape Cod be performed such that a common hardware and software configuration among all the UEWRs shall be maintained. A common upgraded UEWR hardware and software configuration is critical to ensure form, fit and function as well as maintaining commonality in operations, maintenance, logistics and training among all UEWR sites. The anticipated Period of Performance (POP) for this effort is five (5) years with provisions for multiple cost reimbursement and fixed price, term and completion contract line items, including Fixed Price Incentive (FPI Firm Target), Cost-Plus-Incentive-Fee (CPIF), Cost-Plus-Fixed-Fee (CPFF) and Firm Fixed Price (FFP). MDA intends to issue a DRFP and conduct industry days /site visits to obtain industry feedback on or before August 2011. Issuance of the final RFP is anticipated by November 2011, with award by 4th Qtr FY12. This requirement will be solicited and awarded in accordance with FAR Part 15 for Full and Open competition. At this time, there are no partial or total set-asides available. MDA intends to award to a single offeror on the basis of the best value to the Government, in consideration of both price and non-price factors. This notice is for informational purposes only and is NOT a solicitation of information, request for proposal (RFP), or a commitment by the Government that this MDA contract will definitely be awarded. The Government will not pay for any costs incurred as a result of this notice. The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors; i.e., any given contractor could propose as a prime contractor and/or participate as a subcontractor on one or more other proposing teams. Further, the Government does not intend to impose any restrictions on team membership after award, except as may be necessary to prevent organizational conflicts of interest between this requirement and advisory and assistance contracts. In order to be considered for award, all contractor personnel shall possess and maintain at least a SECRET security clearance, and proposed contractor facilities shall be cleared at the SECRET/TOP SECRET level. Due to National Security considerations, this acquisition will not be open to participation by foreign firms at either the Prime or Subcontractor level. Interested offerors are encouraged to register at the Federal Business Opportunities (FBO) website at https://www.fbo/gov/ to receive email notifications when information related to this acquisition is updated or documents related to this acquisition are issued and made available for download. As a rule, MDA will not directly send solicitation or amendments directly to Offerors, and it is the interested Offeror's responsibility to periodically check this website for updates. The Government requests that all interested parties ensure they are listed on the "Interested Vendor's List" in FBO, and also provide the name, e-mail address, and phone number for a point of contact(s) within your organization to: ClearCompetition@MDA.mil. Interested respondents shall REQUIRE facility clearances of no less than ‘SECRET" for handling of future solicitation documents. Throughout the acquisition phase, the Government will make available technical data and other information through the technical data/Offerors' library. The Offerors' library contains classified and export-controlled data; therefore, access will be restricted to personnel who have been cleared by MDA Contracting and Security Officials. The procedure for receipt and review of requests for library access is to obtain and sign an "Offerors' Library Access Agreement". This form may be obtained by email request to ClearCompetition@mda.mil. The Offerors' library will be made available at time of release of the Draft RFP. The Government intends to host Industry Days and Site visits to Clear and Cape Cod. A Visit Authorization Request (VAR) for each location will be required to be submitted 14 calendar days prior to the first industry date. There will be a limit of 10 representatives from each prime offeror including their vendor representatives, if required. The instructions for submitting VAR requests may be obtained by sending an email request to ClearCompetition@MDA.mil. It has been determined that any resulting solicitation will contain an Organizational Conflict of Interest (OCI) provision entitled "NOTICE REGARDING ORGANIZATIONAL CONFLICT OF INTEREST (OCI) AGREEMENT(S) (FAR 9.5)" which reads as follows: a. Responsibility lies with the prime contract offerors to ensure that both they and their proposed subcontractors are not restricted from participating in this proposed acquisition due to an OCI clause in any Federal Government Contract, including, but not limited to, Missile Defense Agency (MDA) contracts. b. Any offeror who has signed, as well as all proposed subcontractors who have signed, a contract with an OCI agreement, as either a prime contractor or subcontractor under any such contract shall submit a written application to the MDA Directorate of Contracting, Sensors Directorate, via email to Carol Rivard at Carol.Rivard@mda.mil, to obtain approval to participate in this acquisition. c. Further, if either the prime, or any of its proposed subcontractors, is currently performing (or in the process of proposing on) an effort that appears to have a potential conflict with the upcoming acquisition, regardless of whether there is an OCI clause or not, the prospective Prime contractor shall submit a written application to the Directorate of Contracting, Sensors Directorate, via email to Carol Rivard at Carol.Rivard@mda.mil, to obtain approval to participate in this acquisition. d. The offeror(s) with either of the potential OCI restrictions, described in paragraphs b or c above, shall provide electronically (either via email or on a CD/DVD in MS word, or Acrobat.pdf format: (i) the prime contractor or subcontract OCI clause; (ii) a copy of each contract Statement of Work (SOW); (iii) a copy of each Task Order (TO), technical directive (TD), or Task Assignment (TA) performed or being performed or being performed by the offeror; and (iv) the Government technical point of contact (including his/her current email address, office symbol, and telephone number) for each contract SOW, TO, TD, and/or TA submitted for review. Each file on the email/disk shall be identified by Contract Number, followed by TO, TD and/or TA number, if applicable. The email/disk shall also include a file entitled "Table of Contents", which shall include all Contracts, TOs, TDs and TAs with the name, current email address, office symbol, and telephone number of the Government technical point(s) of contact. (End of OCI Provision) The point of contact for this effort is Carol Rivard, Contracting Officer, at Carol.Rivard@mda.mil. All communication/inquiries with the Government regarding this acquisition shall be made directly to the Contracting Officer at: Carol.Rivard@mda.mil. The MDA Acquisition Website located at http://www.mda.mil/business/acquisition_center.html, is available to the public and may assist in the preparation of responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DAC/HQ0147-11-R-0002/listing.html)
- Place of Performance
- Address: Clear AFS, Alaska and Cape Cod, Massachusetts, Hanscom AFB, Hanscom, Massachusetts, 01731, United States
- Zip Code: 01731
- Zip Code: 01731
- Record
- SN02461667-W 20110603/110601235016-b704eb7916d2d8e512b385719887a725 (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 |