Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2024 SAM #8418
SOURCES SOUGHT

99 -- Radio Frequency Switch

Notice Date
12/12/2024 2:43:44 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA8723 AFLCMC HBQK C BM PETERSON AFB CO 80914-2900 USA
 
ZIP Code
80914-2900
 
Solicitation Number
FA872325R0004
 
Response Due
1/22/2025 11:00:00 AM
 
Archive Date
02/06/2025
 
Point of Contact
Scott Donnellon, Ashley Esquivel
 
E-Mail Address
scott.donnellon.1.ctr@spaceforce.mil, ashley.esquivel@spaceforce.mil
(scott.donnellon.1.ctr@spaceforce.mil, ashley.esquivel@spaceforce.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation or a promise to issue a solicitation in the future. This request for information does not commit the Government to contract for any supply or service. Further, the Government is not seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. It is the responsibility of the vendor who is interested in any potential future solicitation(s) to monitor all sites for additional information pertaining to this requirement. The Government reserves the right to use results of the communications with industry for any purpose consistent with, and not otherwise prohibited by FAR Part 10. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, in no case shall responses to this notice be considered either a response to a solicitation or a submission of an unsolicited proposal, as defined by FAR 2.101. Space Systems Command, Battlespace Awareness Acquisition Delta is conducting research to identify vendors with the capability to produce and deploy 70 Radio Frequency Switch (RFS) units plus 11 spare units at up to five Upgraded Early Warning Radar (UEWR) sites. The RFS is an operationally accepted, Government owned design, supporting Government requirements to eliminate obsolescence and provide a viable (future) [AE3] upgrade path to support UEWRs. The UEWR sensors are ground-based, computer-driven, phased array radars located at Beale Air Force Base, CA; Cape Cod Space Force Station (SFS), MA; Clear SFS, AK; Royal Air Force Fylingdales, United Kingdom; and Pituffik Space Base, Greenland. The Government is planning for a production and deployment effort of the RFS�s to 5 UEWR site. Each site has unique installation requirements that need to be considered for the deployment phase of the effort. The effort will be based on the first articles already developed, installed, and operationally accepted at one radar site. A full Government owned Level III Technical Data Package supports production and deployment. The Radio Frequency Switches consist of an Radio Frequency Switch box, Dow-Key switches, and an RF Power Distribution Unit, all comprised of commercial components (with limited modifications). Some modifications to each site (power, breakers, etc.) will be required. Additionally, site surveys of all 5 sites and initial estimates of site modifications required will be provided. The Government requests industry feedback from potential contractors� ability to a) Review and produce/manufacture systems such as the RFS given a robust Level III TDP; and b) Deploy (install and test through operational acceptance) the system to the designated sites. In addition to the information requested above in response to this Request for Information, the Government is seeking responses to the questions below: What, if any, additional technical data may be required for a limited quantity production/manufacturing process? Describe historical and/or current similar/applicable production and delivery capacity. Describe support production to deploy systems at one site every three months or faster. Describe familiarity with Upgraded Early Warning Radar Systems and/or similar complex Government radio frequency systems. What, if any, warranty period should be considered for production articles? What contract type and CLIN structure is recommended for a prototype, qualification test, production and deployment effort? Describe any subcontracting, joint venture agreements, mentor-prot�g�, teaming arrangements, etc. opportunities employed to execute the requirement. What type of post installation Contractor Logistics Support would you recommend to allow for transition to the existing radar sustainment contract? Please provide a Rough Order of Magnitude (ROM) for the scoped work. Please identify any areas of concern and/or recommendations with the Statement of Work. Submission shall include a Cover letter with the following: Company name Mailing address/website Location of facilities CAGE Code/Unique Entity Identified (UEI) Business size Any eligibility under the U.S. Government socio-economic programs Point of contact to include telephone number(s) and email address. Please email responses to the following: ashley.esquivel@spaceforce.mil scott.donnellon.1.ctr@spaceforce.mil tracy.anderson.4@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca1ed08b696246b583e23a17ef09bf7d/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN07291015-F 20241214/241212230122 (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.