Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2024 SAM #8326
SPECIAL NOTICE

A -- Justification: Deep Space Advanced Radar Capability (DARC) Sites 2 and 3

Notice Date
9/11/2024 2:36:37 PM
 
Notice Type
Justification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8820 SUSTAINMENT SDACP SSC/PKL PETERSON SFB CO 80914 USA
 
ZIP Code
80914
 
Solicitation Number
FA8820-24-C-B001
 
Archive Date
09/25/2024
 
Point of Contact
Bradley Kettlewell
 
E-Mail Address
ssc.szg.darc@spaceforce.mil
(ssc.szg.darc@spaceforce.mil)
 
Award Number
FA8820-24-C-B001
 
Award Date
08/23/2024
 
Description
The DARC program is part of a larger effort of moving towards a resilient space enterprise in our nation's Space Domain Awareness (SDA) capabilities able to deter aggression. The DARC Program of Record effort will build and install a pseudo-monostatic ground-based radar system. It will coherently combine the pseudo-monostatic array of steerable parabolic antennas. DARC provides a unique capability that is critical to ensure the Space Force and DoD are able to successfully execute the SDA mission. More detailed information on the SDA mission analysis, threat, and operational acceptance need dates identified below is classified. The complete DARC system will consist of 3 geographically dispersed sites approximately 120 degrees apart for world-wide GEO belt coverage. The Under Secretary of Defense for Acquisition and Sustainment (USD(A&S)) approved DARC Site 1 to proceed as a Middle Tier Acquisition (MTA) Rapid Prototype. DARC Sites 2 and 3 are planned to be acquired via the Major Capability Acquisition (MCA) pathway. This acquisition will consist of the complete fielding of Sites 2 and 3; contractor logistics support for operations and support for all 3 Sites and Mission Operations Center (MOC) (Site 1 CLS limited to 2 years following Site 1 operational acceptance; Sites 2 and 3 CLS limited to 1 year each following each site operational acceptance); and the training of site operations and maintenance personnel for all 3 Sites and the MOC. The estimated contract award date for this Fielding action is Dec 2023 or 1 Qtr CY24 at the latest. The required Site 2 Operational Acceptance (OA) date is June 2028 and Site 3 QA is June 2029. The two critical path items to meet the Site 2 operational capability date are production of the hardware subsystems and site construction. For example, the twenty-seven 15-meter dish antennas are currently the longest lead-time subsystem. Long- lead material for the antennas must be ordered NLT 2 Qtr 2024 (CY) such that all 27 antennas can be produced, delivered to site, and installed NLT 3 Qtr 2026 (CY) so that integration and test activities can begin NLT 1 Qtr 2027 (CY) to meet the operational capability date. The Architecture and Engineering (A&E) design, long- lead construction material orders, and approval processes must begin NLT 2 Qtr 2024 (CY) so that integration and test activities can begin 1 Qtr 2027 (CY). The Government obtained Government Purpose Rights to Intellectual Property for Site 1 and expects the same for Sites 2 and�3. The Government will obtain the minimum rights sufficient to operate, train, maintain and install new equipment and 3rd party software in an Open Systems Architecture environment. If contractor asserts other than Government Purpose Rights, the RFP will include Firm Fixed Price ""Data Rights"" Option CLIN for the Government Purpose Rights level requested by the Government. The Government will specify a minimum of Government Purpose Rights for source code, documentation, and development artifacts consistent with DARC Site 1.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3884a76e78da41ad90dee5b1a536739b/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN07206664-F 20240913/240911230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.