California Bids > Bid Detail

Ground Based Radar

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159009657946508
Posted Date: Apr 21, 2023
Due Date: Apr 28, 2023
Solicitation No: F1S3AL3047AW01
Source: https://sam.gov/opp/087a64bba2...
Follow
Ground Based Radar
Active
Contract Opportunity
Notice ID
F1S3AL3047AW01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA9301 AFTC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Apr 21, 2023 02:32 pm PDT
  • Original Published Date: Mar 28, 2023 11:10 am PDT
  • Updated Date Offers Due: Apr 28, 2023 04:00 pm PDT
  • Original Date Offers Due: Apr 25, 2023 01:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 13, 2023
  • Original Inactive Date: May 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5840 - RADAR EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Edwards , CA 93524
    USA
Description



(i) The Air Force Flight Test Center at Edwards Air Force Base has a requirement for a Ground Based Radar. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.





(ii) Solicitation Number: F1S3AL3047AW01 - The solicitation is a request for a quote (RFQ).





**Please provide the full solicitation number on all packages**





(iii) The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 as of 16 Mar 2023, DFARS Change as of 01 Mar 2023, and AFFARS Change as of 01 Mar 2023.





(iv) This acquisition will utilize NAICS 334511 with a size standard of 1,350 employees.





(v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable).



Qty: 4



GBR radar (270 Degree outward coverage at predetermined points across the installation)





TRL level: 9





Max range at 0.9 probability of detection





Human detection: 15.5 KM





Small vehicle detection: 21.2 KM





Large vehicle detection: 22.4 KM





Min range at 0.5 probability of detection





Almost instantaneous illumination to target report





Operation within 15.7 to 17.2 GHz frequency range





(-)32 to 60 degrees Celsius operability environmental conditions





4-90 degree for 360 degree field of regard





3.7 degree wide instantaneous field of view





PESA antenna architecture





Varied target update interval





1 degree RMS geolocation accuracy of radar





Remote control sensor operation





Flexible clearance volume of antenna





Ruggedized & operable in multiple WW environments according to MIL-STD 810 G





65,000 hours RAM; MTBF: 99%





Output file formats









Qty: 1



Associated licenses required for use





One-off fee for software license







Qty: 2



User-Friendly Monitoring at pre-determined locations







Qty: 1



Accessories





Inventory of spare parts for common malfunctioning items





Transportation & storage requirements (MIL-STD-810G)







Qty: 1



Installation for 4 systems and 2 monitoring points





Varied training courses & materials for operator





Preventative maintenance training







Qty: 4



Trailer mounting option







Qty: 1



Warranty





Varied options for warranty coverage/extended maintenance support







(vi) Description of requirements for the items to be acquired - the statement of work (SOW) attached defines the requirements for the contractor to engineer, furnish, install and test (EFI&T). The 412th Test Wing (TW) is seeking a Ground Based Radar system to augment perimeter security. This Ground Based Radar system will allow the 412th Security Forces Squadron to control the flightline through the dry lakebed to the perimeter.





The contractor shall provide a Ground Based Radar system that is able to provide capabilities equal to, or better than, the SRC SR Hawk Ground Based Radar (Part number SRC2401C), IntrudIR Alert Middleware Annunciator, and IEC M1 Werewolf 14-07 Thermal Imaging System. The provided equipment must be in accordance with the salient characteristics listed below. In addition, all equipment will act as a “turn-key” Ground Based Radar system, to include, an integrated ground based radar, a thermal imaging system, and an operating system/annunciator installed at designated locations. Furthermore, it is mandatory that the system does not interfere with the Air Force Network or base telemetry. The operating system must fully integrate both the thermal imaging system and ground based radar and annunciate to a user-friendly interface. In summary, the contractor shall provide a fully integrated and installed Ground Based Radar system that will meet the salient characteristics and capabilities listed in the attached SOW.





(vii) Estimated delivery – manufacture, delivery, install, and testing complete 12 MARO.





(viii) The provision at 52.212‐1, Instructions to Offerors – Commercial Items (Mar 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov.





ADDENDUM TO FAR 52.212‐1 Instructions to Offerors Commercial Items (Mar 2023)



Offerors shall prepare their quotations IAW FAR 52.212‐1, in addition the following information shall be included:





a. UEI Number





b. TIN Number:





c. CAGE Code:





d. Contractor Name:





e. Payment Terms (net30) or Discount:





f. Point of Contact and Phone Number:





g. Email address:





h. FOB (destination):





i. Date Offer Expires:





j. Completed copy of FAR 52.204‐24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)





(ix) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers:





(i) Price





(ii) Technical capability of the item offered to meet the Government requirement. Information should clearly show and demonstrate your company’s ability to meet the stated requirements of section (vi) - “Description of requirements of the items to be acquired.” Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.





This will be awarded to the Offeror with the best value for the Government. The Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. All offers will be evaluated on their proposed total price. Only one award will be made under this solicitation.





(x) Completed copy of the provision at FAR 52.212‐3, Alt I, Offeror Representations and Certifications – Commercial Items (Dec 2022) – or notification that FAR 52.212‐3 representations and certifications are available on SAM.gov.





All contractors responding must be registered with the System for Award Management (SAM). To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR/DFARS Representations and Certification at http://www.sam.gov.





(xi) The clause at FAR 52.212‐4, Contract Terms and Conditions ‐‐ Commercial Items (Dec 2022), applies to this acquisition.





(xii) The clause at FAR 52.212‐5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ‐‐ Commercial Items (Mar 2023), applies to this acquisition.





The following clauses cited in FAR 52.212‐5 apply to this acquisition:





52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Jun 2020)



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021)



52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2022)



52.222-21 Prohibition of Segregated Facilities (Apr 2015)



52.222-26 Equal Opportunity (Sept 2016)



52.222-3 Convict Labor (June 2003)



52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)



52.222-50 Certification Regarding Trafficking in Persons Compliance Plan (Oct 2020)



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



52.225-1 Buy American-Supplies (Oct 2022)



52.225-13 Restrictions on certain foreign purchases (Feb 2021)



52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)



52.242-5 Payments to Small Business Subcontractors (Jan 2017)





(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://acquisition.gov.





52.203-3 Gratuities (Apr 1984)



52.204-13 System for Award Management Maintenance. (Oct 2018)



52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)



52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



52.204-7 System for Award Management (Oct 2018)



52.219-9 Small Business Subcontracting Plan (Oct 2022)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)





252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)



252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)



252.204-7004 Antiterrorism Awareness Training for Contractors (JAN 2023)



252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)



252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (JAN 2023)



252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023)



252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)



252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)



252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (MAY 2021)



252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)



252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022)



252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (JAN 2023)



252.204-7021 CYBERSECURITY MATURITY MODEL CERTIFICATION REQUIREMENTS (JAN 2023)



252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991)



252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)



252.211-7008 USE OF GOVERNMENT-ASSIGNED SERIAL NUMBERS (SEP 2010)



252.215-7008 ONLY ONE OFFER (DEC 2022)



252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)—BASIC (DEC 2019)



252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)



252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)



252.225-7056 PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023)



252.226-7002 REPRESENTATION FOR DEMONSTRATION PROJECT FOR CONTRACTORS EMPLOYING PERSONS WITH DISABILITIES (DEC 2019)



252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)



252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)



252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)



252.239-7018 SUPPLY CHAIN RISK (DEC 2022)



252.244-7000 SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (JAN 2023)





5352.201-9101 OMBUDSMAN (OCT 2019)



5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (OCT 2019)



5352.242-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019)





(xiv) If your company is capable of providing the required Ground Based Radar, please submit a quote not later than Friday, 28 April 2023 4:00 p.m. Pacific Standard Time to: Brian Wu, brian.wu@us.af.mil. Ensure your proposal addresses the requirement in the Instructions and Notices to Offerors and your ability to meet the selection criteria in the award evaluation. Please submit any questions concerning this requirement to Brian Wu NLT 11 Apr 2023.





There are two attachments to this solicitation: (1) Solicitation Document (2) Statement of work (SOW).





Contracting Office Address:



Department of the Air Force, Air Force Materiel Command, AFTC – Air Force Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185



Point of Contact(s):



Brian Wu, Contracting Specialist, email: brian.wu@us.af.mil, AND Rebecca Snyder, Contracting Officer, email: Rebecca.snyder@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • CP 661-277-7575 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >