Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5, 2000 PSA #2700
SOLICITATIONS

K -- RADAR INTERROGATOR SET UPGRADE

Notice Date
October 3, 2000
Contracting Office
Directorate Of Contracting/Bldg 1239, Oo-Alc 6012 Fir Avenue, Hill Air Force Base, Ut 84056-5820
ZIP Code
84056-5820
Solicitation Number
F42600-00-R-0004
Response Due
November 13, 2000
Point of Contact
Doug Day/Lhkc/[801]586-1233, For additional information contact Doug Day/Lhkc/[801]586-1233
E-Mail Address
Click Here to E-mail Buyer***** (Doug.Day@hill.Af.Mil)
Description
The Government intends to establish a sole source Firm Fixed Price,requirements type contract with Lockheed Martin Ocean, Radar & Sensor Systems in Syracuse, NY. It will be to manufacture, test, certify, and integrate thirty-four monopulse Secondary Surveillance Radar Systems (MSSR) processors and interrogators as well as twenty-eight compatible IFF antennas into the USAF's AN/FPS-117 (V) Radars. The MSSR must comply with the United States Federal Aviation Agency ATCBI-6 Beacon and USAF Mission specification and requirements. The MSSR must be dual channel automatic reconfigurable and remote controllable, must be United States Military Mode 4 capable, and form, fit, and function upgradeable to United States Military Mode 5. The MSSR must not interfere with nor be vulnerable to interference from the AN/FPS-117 nor shall the MSSR adversely affect, impact, nor degrade any existing capabilities of the baseline AN/FPS-117 under Contract Number F19628-82-C-0049 and as modified by Contract Numbers F19628-85-C-0033, F19628-87-C-0116, F09603-87-G-1351-SM65, F19628-88-C0197, F04606-92-D-0490, F04606-93-C-0050, and F19628-95-D-0016. The new MSSR antennas must be mounted to the existing AN/FPS-117 array structure without modification to that structure, and must fit within the existing radomes (CW-396A) without modification. Due to the reduced site manning conditions in place on the AN/FPS-117 Radar sites the MTBF, MTBCF, and MTTR of the remote radar site must not be adversely affected by the offered MSSR. The MSSR must provide remote control of the backup channel switching, transfer of MFI messages to a remote centralized location, provide for troubleshooting from this remote centralized location, and must be fully integrated into the existing remote control message stream and MMI of the baseline AN/FPS-117 Radar Systems. The MSSR software must be compatible with and must not adversely affect the software performance, functionality, and MTBCF o the software operating within the AN/FPS-117 Radar Systems as modified by Contract F19628-95-D-0016. Additionally due to an aggressive schedule required to support operational requirements, a proven record ofaccomplishment of multiple MSSR integrations with the 117 radar system is required. The required technical documentation to support this modification is either lacking, incomplete, insufficient, or absent from the US Government inventory. The US Government does not posses the technical data or specifications. Delivery Orders for a five-year period. The approximate issue/response date will be 12 Oct 2000. Electronic procedure will be used for this solicitation. See our Web page. To: Lockheed Martin Ocean Radar Sensor, Syracuse NY. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. 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 Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com
Web Link
Click here to obtain/view solicitation. (http://www.eps.gov)
Record
Loren Data Corp. 20001005/KSOL002.HTM (I-277 SN5033P4)

K - Modification of Equipment Index  |  Issue Index |
Created on October 3, 2000 by Loren Data Corp. -- info@ld.com