Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

99 -- Advanced Radar Threat System Variant 1 (ARTS-V1) Software Support

Notice Date
5/19/2022 9:57:35 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8210 AFLCMC HBZK HILL AFB UT 84056-5838 USA
 
ZIP Code
84056-5838
 
Solicitation Number
FA8210-22-R-ARTSV1SS
 
Response Due
6/20/2022 11:00:00 AM
 
Point of Contact
Stephanie Rearick, Phone: 8015860784, Cydnee Green
 
E-Mail Address
stephanie.rearick@us.af.mil, cydnee.green@us.af.mil
(stephanie.rearick@us.af.mil, cydnee.green@us.af.mil)
 
Description
Advanced Radar Threat System Variant 1 (ARTS-V1), Closed-Loop PESA Simulator (CLPS), and�Advanced Anti-Aircraft Threat Simulator (AATS) Support Services for integration of these Hardware-in-the-Loop Threat Simulator Systems Type: Sources Sought Synopsis (SSS), Request for Information (RFI) 1. Notice This is not a solicitation, but rather a Sources Sought Synopsis to determine potential sources. This request is for information and planning purposes only. The purpose of this Sources Sought request is to conduct market research to determine if responsible sources exist; to assist in determining if this effort can be competitive, and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334511, which has a corresponding Size standard of 1,250. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Small Business Development Programs, Service-Disabled Veteran- Owned, Historically Under-utilized Business Zone(s) (HUBZone), and Women-Owned small business concerns. The government requests that interested parties respond to this notice and identify your small business status relative to the identified NAICS code above. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners.�������� 2. Description The Government is seeking a Contractor who is able to provide support services for final integration and fielding of a Hardware-in-the-Loop threat simulator system, including debug and repair services for the threat hardware components that make up the ARTS-V1 Open-Air Radar (OAR), and other similar fielded threat simulator systems (CLPS and AATS) involved with waveform generation, signal processing, hardware controls, and core radar processing and display station functions to sustain operational tempos at all installations where Air Force and similar Navy acquired systems are located (CONUS). The Contractor will be required to perform cyber-security support for Risk Management Framework (RMF) accreditation of the initial baseline for the threat simulators, including both Windows and RedHawk Linux systems, and provide Subject Matter Expertise (SME) services and support for system integration and calibration for the threat simulators OAR system. These duties and functions include on-site integration and acceptance support at the system level, as well as hardware debugging support and software updates as required; additional functional enhancements and capabilities in accordance with intelligence community assessments updates, including but not limited to additional software capabilities; updates to computers and processing elements; analog processing hardware updates, and configuration management for these threat systems above. ARTS-V1, CLPS, and AATS are for modern, long-range, strategic Surface to Air Missile (SAM) threats. The system will provide full fidelity simulation of the tracking and engagement component of the threat(s). ARTS-V1 and CLPS are a robust and ruggedized mobile system that tracks and/or engages multiple targets simultaneously. AATS is a similar system which is stationary, and placed in an environmentally controlled structure. Additionally, the system is representative of actual threats by replicating Effective Radiated Power (ERP), threat signals, antenna patterns, operational modes, and offensive and defensive tactics. These capabilities are incorporated into the range�s Digital Integrated Air Defense Systems (DIADS) in order to send training mission data to the Range Control Center (RCC) for processing and analysis. The ARTS-V1 and CLPS consists of a low-power section for waveform generation, coupled with a high-power Radio Frequency (RF) transmitter, and a PESA. Figure 1 below illustrates a rendering of the Operator Unit (OU), which houses the radar operators and backend of the system. Figure 2 below illustrates a rendering of the Operator Room for the AATS system. Figure 3 below is a rendering of the Radar Unit (RU), which consists of the high-power radar portions� ARTS-V1 and CLPS, including the radar antenna, associated power control, various radar transmit, receive, and control components, and the RU trailer. Figure 4 below shows the non-mobile difference of the AATS system�s RU. *Note: See PDF for Figure 1-4 The Government owns a level 3 technical data package for the system. Technical manuals are available. The Government has unlimited data rights for the systems, however, only limited rights for the source code of the threat software. 3. Requested Responses Business Information: Provide the following business information for your company: Company Name Address Point of Contact CAGE Code Phone Number E-mail Address Web Page Address Central Contractor Registration (CCR) (Yes/No) Specify whether your company is a U.S. or foreign-owned firm Recommended North American Industry Classification System (NAICS Code) if other than 334511 Based on the above NAICS code, state whether your company is a small business and provide additional information regarding the type of small business (women-owned, small- disadvantaged, HUB Zone, etc.). 4. Potential Offeror Capabilities Please provide responses to the following requirements: What is your experience in providing the capability to accomplish the objective/requirements listed above? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers). Are you a contractor for EWAAC, RISE, or any other similar vehicle? Provide pricing data, to include historical pricing data if available. How would the prime contractor account for government furnished property (GFP) in the possession of the prime, and all sub-contractors, in accordance with the Financial Improvement and Audit Readiness (FIAR) program? Does your company currently have any teaming agreements in place that will allow for successfully meeting the Government's requirements? In addition, please identify the roles associated with the teaming arrangement. Discuss any documents or data you will require to complete the objectives listed above, and briefly explain their purpose. What are the top five risks you see in accomplishing this effort? Provide a description of similar services offered to the Government and to commercial customers for the past three years. How long would it take you to submit a proposal? Provide other relevant topics, concerns, or information not addressed in this posting. 5. Potential Offeror Capability Briefings A focused capabilities briefing may be required at the Government's discretion. The Government will contact interested vendors directly should it be determined that a capabilities briefing is needed. 6. Response Procedures The Government is looking for a Prime Contractor interested in satisfying this requirement, or, as a Prime contractor, willing to team with a depot to do less technical maintenance. Provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Any Contractors responding to this Request for Information (RFI) who are interested in subcontracting opportunities should note that in their response. Companies responding to this posting are advised their response does not guarantee awards in future solicitations or contracts. The Government will NOT reimburse any company or individual for any expense associated with preparation or response to this posting. Direct and succinct responses are preferred. Marketing material not pertaining to the exact information requested will be considered an insufficient response. 7. Notice This is not a Request for Proposal (RFP), or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Air Force. The Air Force does not intend to make an award on the basis of this Sources Sought synopsis/Request for Information, or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced, and review may be used to develop a Request for Proposal. All information received in response to this notice that is marked Proprietary or Competition Sensitive will be handled accordingly. 8. POC(s) Stephanie Rearick, Contracting Officer Phone: (801) 777-4207, Email: stephanie.rearick@us.af.mil AFLCMC/HBZKA 6039 Wardleigh Road, Bldg. 1206 Hill AFB, UT 84056 Cydnee Green, Contracting Specialist Email: cydnee.green@us.af.mil AFLCMC/HBZKA 6039 Wardleigh Road, Bldg. 1206 Hill AFB, UT 84056
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a4896a209b344598ec9609965cc96bf/view)
 
Record
SN06333338-F 20220521/220519230105 (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  © 1994-2020, Loren Data Corp.