Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1997 PSA#1860

HQ 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 The Government intends to award, on a sole source basis for a program directed at the modification of the outdated mechanical radar at Clear AS AK., to an updated PAVE PAWS phased array radar.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