SOURCES SOUGHT
58 -- GROUND BASED GEODESIC RADOMES - Sources Sought
- Notice Date
- 10/25/2019
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
- ZIP Code
- 18466-5100
- Solicitation Number
- TobyRadome25OCT19
- Point of Contact
- John E Thomas, Phone: 5706159720, Mark Buonomo, Phone: 5706159781
- E-Mail Address
-
john.e.thomas.civ@mail.mil, mark.a.buonomo.civ@mail.mil
(john.e.thomas.civ@mail.mil, mark.a.buonomo.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought with tables. SOURCES SOUGHT GROUND BASED GEODESIC RADOMES INTRODUCTION The Tobyhanna Division, Army Contracting Command, Aberdeen Proving Grounds is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide engineering solutions and/or research and development with respect to the operational meteorological satellite missions by the Air Force. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. Please specify any claimed socio-economic status such as, but not limited to, the following: a small business, 8(a) certified program participant business, small disadvantaged business, veteran-owned business, service-disabled, veteran owned business, HUBZone small business, women-owned small business, or large business. Capability statements addressing the particulars of this effort should be supplied with appropriate documentation supporting claims of both organizational and staff capability. A small business may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement exists, the response to this RFI notice must clearly define the portion of work that will be performed by each organization. Please reference FAR clause 52.219-14 entitled, "Limitations on Subcontracting (Jan 2017)", stating that a minimum of 50% of the total cost of all services provided must be incurred by or for personnel of the small business. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements in their capability statement/documentation. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The government is seeking potential sources with the capability to provide new ground based, geodesic radomes a global satellite weather system. The Tobyhanna Army Depot (TYAD) was awarded mission workload by the USAF to procure and install 18 foot and 26 foot radomes in support of weather systems located around the globe. There are multiple global satellite terminals world-wide that provide operational missions with tactical meteorological information for specific locations. The satellite sensors enable the ability for both satellites and meteorologists to detect weather conditions such as thunderstorms, volcanic ash, and fog which in turn relay the collected data to commercial and military aircraft. The antennae for these systems is susceptible to damage by the weather and requires the protection of radomes. The geostationary antennas require an unobstructed equator facing view to the site's primary and secondary assigned geostationary METSAT. The polar antennas require a 360-degree unobstructed view. The indoor equipment requires a normal temperature controlled electronic equipment environment. Users worldwide access the network data server directly via unsecure (NIPR) and secure (SIPR) communications using specialized software, providing robust imagery analysis capability. SIPRNet users also employ specialized software to access data re-hosted on Mirrored Data Servers (MDS) located at data centers. Multiple systems located throughout the world provide global geostationary coverage and extensive polar coverage. These systems provides real-time imagery and model input data that directly supports all DoD services' wartime mission execution, resource protection, and training missions worldwide; Air Force Weather Agency (AFWA), national agencies, and other U.S. Government agencies including the U.S. Forest Service and the National Weather Service (NWS). REQUIRED CAPABILITIES The Government requires multiple 18 foot and 26 foot radomes located at each site. The intent of this Sources Sought is to assess the state-of-the art of the technology available in supplying radomes that could potentially be employed to meet this requirement. The Government envisions a solution that meets the following operational and program requirements: Dimensional, Environmental, and Testing Minimum Requirements - 18 foot Radome (ref Table 1-1) Dimensional, Environmental, and Testing Minimum Requirements - 26 foot Radome (ref Table 1-2) Qualification. The radomes must be qualified and demonstrate compliance to the standards as set forth in the enclosed specifications for the radomes. Proof of qualification should be addressed in the response. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection. Capability statements received should highlight the organization's qualifications to take on the workload in this notice. Respondents should highlight their understanding of the system requirements, capability to meet these requirements, similar experience with previous projects, and their proposed method of achievement. • Understanding of system requirements -Express specific instances in which you assisted a customer with a similar mission. • Capability to meet system requirements - Section 3.0, Table 1-1, and Table 1-2 provides a general overview of the minimum construction, environmental, and testing requirements. Please review and document any requirements/specifications that cannot be met. • Past experience - Provide an outline of previous similar projects; specifically where a customized solution was provided to meet the customer's requirements. Outline extensive experience with and the ability to perform the requested tasks. • Method of achievement -Interested organizations are requested to identify challenges and risks associated with meeting the requirements as stated in this notice, along with a high-level plan to minimize those risks. Any other specific and relevant information about this particular area of procurement that would improve the government's knowledge of interested organizations' capabilities. Documentation may include, but not be limited to, contracts both Government and commercial, identification of the organization for whom the work was performed (include government points of contact both technical and contractual), references, (i.e. names, titles, telephone numbers), and any other information serving to document the organization's capability, e.g., awards, commendations, etc. SPECIAL REQUIREMENTS Due to the remote locations of sites, the limited ability to remove the system from service, and the restrictions of the mounting locations due to existing concrete restrictions, the Government is requesting an exact replacement in form, fit, and function of the original radomes. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. SUBMISSION DETAILS Responses to this notice shall be provided via email to the TYAD POC listed below, no later than 1500 EST on 08 November 2019. Late submissions will not be accepted or considered after the stated timeframe. John Thomas Contract Specialist john.e.thomas.civ@mail.mil If you have technical or contracting question(s) prior to submission, please send your written questions via an e-mail to the technical POCs listed below only. Jenny Battenberg Mechanical Engineer Ph: 570-615-5804 Jenny.battenberg.civ@mail.mil Jason Evans Electronics Engineer Ph: 570-615-8023 Jason.p.evans3.civ@mail.mil Organizations responding to this notice may be contacted by the technical POCs to clarify or provide additional information to the data submitted. No feedback or evaluations will be provided to companies regarding their submissions. Considerations will be for United States based companies only. Please mark any and all classified, confidential, or proprietary information in the organization's response accordingly. Classified, confidential, or proprietary information will be protected and handled accordingly. TYAD reserves the right to use any/all information submitted by, or obtained from, an interested organization in the creation of a competitive solicitation. Please note, if a solicitation, or multiple solicitations, are posted in the future, they will be issued by separate solicitation number(s) on Fed Biz Ops. *** Please reference attachment for Sources Sought with tables. ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/624efb8563b5a8b49cf4f969cc6aee38)
- Place of Performance
- Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
- Zip Code: 18466
- Zip Code: 18466
- Record
- SN05483442-W 20191027/191025230552-624efb8563b5a8b49cf4f969cc6aee38 (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 |