|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1997 PSA#1860HQ Electronic Systems Center, Surveillance and Control Systems (TNK),
5 Eglin Street, Hanscom AFB, MA 01731-2121 58 -- CLEAR AIR STATION AK, RADAR UPGRADE PROGRAM SOL F19628-97-R-0038
POC Ms Themoula T.Poirier, Contracting Officer, 627-477-9457. CLEAR Air
Station AK. RADAR UPGRADE PROGRAM. The Government intends to award, on
a sole source basis for a program directed at the modification of the
outdated mechanical radar at Clear AS AK., to an updated PAVE PAWS
phased array radar. The contract will require the site adaptation of a
design based on the current PAVE PAWS sites, with options for the
construction of a facility and integration and test of two Government
furnished, phased array faces and associated computer strings. Included
in these requirements will be the acceptance, removal and shipment of
one face and associated Prime Mission Equipment (PME), as necessary,
from each of the southern PAVE PAWS radars located at Eldorado AS, TX,
and Robins AFB, GA. The Air Force will require PME to be removed from
the PAVE PAWS systems at Robins and Eldorado and to be reinstalled at
Clear AS AK. In order to support rapid reconstitution/reactivation to
a single face, single string operation at both of these PAVE PAWS
sites, the prime contractor team shall procure/manufacture, install,
integrate and test those unique PME items which support both faces.
These unique PME items shall be in addition to and in conjunction with
the removed PME for use at Clear AS. No new mission processing
automated data processing will be acquired. In addition, the Government
requires the highest degree of commonality (radar and automated data
processing equipment and associated software) among this newly deployed
system and the existing PAVE PAWS radar systems. The intended Initial
Operational Capability (IOC) for the Clear phased array radar is Jan
2001. The contractor shall also support interface development,
logistics support analyses, and deployment planning. The contractor
shall develop a product test strategy consistent with approved PAVE
PAWS test plans to verify product engineering and interfaces, using
existing government facilities and capabilities whenever possible. The
Government intends to solicit and negotiate with Raytheon Electronic
Systems, 1001 Boston Post Road, Marlboro, MA using other than full and
open competition procedures pursuant to 10 USC 2304 (c)(1) as
implemented by the Federal Acquisition Regulation 6.302-1. Raytheon
designed and developed the PAVE PAWS phased array radars and is
currently the only source with the requisite technical knowledge and
capability required to meet the Government's requirements and schedule.
The contract type is a Firm-Fixed Price for the construction effort and
a Firm-Fixed Price with an Award Fee for the Systems' Integration
effort. The following qualification criteria which the Government
considers essential in order for a firm to be considered as a prime
contractor are: Demonstrated expertise and ability in managing risk
reduction efforts, and also in: (1) intensive, large scale systems
development and integration capability, particularly in the phased
array radar arena, and (2) testing large systems involving many inputs
and outputs and short timelines, (3) modification and integration of
software algorithms in support of radar detection, tracking, and
discrimination as well as understand the potential for developing new
algorithms in support of the PAVE PAWS mission in the arctic/auroral
region, (4) developing, modifying, maintaining, and documenting program
processes, (5) designing and constructing radar or similar facilities
in artic environments, (6) spares provisioning, training, technical
manual preparation, packaging and transportation, and (7) radar and ADP
system hardware and software and facility configuration management.
Offerors must have a current Secret clearance for selected
facility(ies) and key personnel at time of award. If a firm other than
Raytheon Electronic Systems, feels it meets this criteria, it must
submit a qualification package as explained in the previous Source
Sought Synopsis, dated 22 November 1996. Replies from firms interested
in a prime contract for this requirement must be received within
fifteen (15) days after publication of this notice. Please submit your
document to ESC/TNK, (Attn: Ms.Themoula T. Poirier), 51 Schilling
Circle, (Bldg 1302F), Hanscom AFB, MA 01731-2802. Responses should
consist of a single document consisting of not more than twenty-five
(25) pages in total (single-sided) and shall include the following
sections: a) A one page table of contents listing the contents in the
same order listed above and the page number of the applicable response,
b) Sectors providing explicit and concise responses to each area, and
c) Detailed response to Note Number 25. Interested firms may contact
Raytheon Electronic Systems directly for subcontracting opportunities
as indicated above. An Ombudsman has been appointed to hear concerns
from offerors or potential offerors during the proposal development
phase of this acquisition. The purpose of the Ombudsman is not to
diminish the authority of the program director or contracting officer,
but to communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to the
source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. Interested
parties are invited to call Colonel Lee H. Hughes, ESC/CX, Director,
Commanders Staff, (617)377-5106. See Numbered Note(s): 22. (0154) Loren Data Corp. http://www.ld.com (SYN# 0334 19970605\58-0008.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|