Deep Space Advanced Radar Capability (DARC) Sites 2 and 3 Production/Fielding

expired opportunity(Expired)
From: Federal Government(Federal)

Basic Details

started - 07 Aug, 2023 (8 months ago)

Start Date

07 Aug, 2023 (8 months ago)
due - 22 Aug, 2023 (8 months ago)

Due Date

22 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE AIR FORCE (60482)FA8823 SUSTAINMENT MCPNT SSC/PKL (213)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

I. DESCRIPTIONThis announcement is a Notice of Contract Action (NOCA) pre-solicitation notice regarding the Deep Space Advanced Radar Capability (DARC) Sites 2 and 3 Production/Fielding solicitation. This NOCA does not constitute a Request for Proposal (RFP), nor is it to be construed as a commitment by the Government to further evaluate capability briefs, release a competitive solicitation, or award a contract.In accordance with FAR 5.203(a), the purpose of this announcement is to inform Industry that the Government intends to release a sole source RFP to Northrop Grumman Corporation - Space Systems on or about 17 August 2023. This contract will provide the complete fielding of DARC Sites 2 and 3; contractor logistics support for operations and support for all 3 Sites and Mission Operations Center (MOC) (Site 1 CLS limited to 2 years following Site 1 operational acceptance; Sites 2 and 3 CLS limited to 1 year each following each site operational acceptance; and the training of site
operations and maintenance personnel for all 3 sites and the MOC. The estimated contract award date for this Fielding action is Dec 2023 or 1 Qtr CY24 at the latest. The required Site 2 Operational Acceptance date is June 2028 and Site 8 Operational Acceptance is June 2029. This contract action will be implemented through a new FAR-based contract and will contain multiple contract types (e.g., cost plus incentive fee (CPIF), cost plus fixed fee (CPFF) and firm fixed price (FFP)).The DARC program is part of a larger effort of moving towards a resilient space enterprise in our nation’s Space Domain Awareness (SDA) capabilities able to deter aggression. The DARC Program of Record effort will build and install a pseudo-monostatic ground-based radar system. It will coherently combine the pseudo-monostatic array of steerable parabolic antennas. The DARC system will affordably field advanced, 24/7, all-weather capabilities in a ground-based radar.In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement which will be considered by the Government. The Statement of Capability (SOC) should contain the following information: company name, address, primary POC, an executive technical summary of capabilities, and how the interested party would be able to meet the requirements for the Fielding of DARC Sites 2 and 3 given that the Sites will need to be engineered and developed in a manner consistent and homogenous with DARC Site 1 design and meet the Operational Acceptance dates of June 2028 for Site 2 and June 2029 for Site 3.The key Government objectives for the Fielding of 2 additional DARC Sites include (1) meet the Rapid Fielding Requirements Document (RFRD) requirements on the accelerated fielding timelines identified above for DARC Sites 2 and 3, (2) maximize configuration homogeneity between sites to reduce technical risk and lifecycle costs (RFRD directs same configuration), and (3) maintain Government Reference Architecture (GRA) compliance. The GRA is unchanged since the solicitation process for the DARC Rapid Prototype and is:1) A global distribution of 3 radar sites (2 and 3 are the scope of this effort),2) Pseudo-monostatic sparse radio dish array radar at each site,3) Open Systems Architecture software framework incorporated in compliance with the collaboratively developed OSA Specification,4) Radar Design: S-band, gimballed radio dish antennas, coherent array technology, and5) Each site shall be homogeneous in configuration [i.e., all antennas are the same design (except for variances required for integration of the transmit and receive elements) and are from the same manufacturer; all transmit elements are the same design and from the same manufacturer; and all receive elements are the same design and from the same manufacturer].At a minimum, contractor responsibilities will include:1) Designing, delivering, integrating, and testing all hardware and software required to meet the RFRD requirements for Sites 2 and 3 radars,2) Designing and constructing two (2) radar sites (one in the EUCOM and one in CONUS) that meet the Government requirements,3) Designing, delivering, integrating, and testing all hardware and software for any modifications needed to the remote Mission Operations Center (MOC) integrated into the Integrated Radar Operations Center (IROC) at Eglin Site C-6.Responses to this synopsis must be received via email to each POC listed below no later than 14 Aug 2023. Responses must be in an electronic format (MS Word 2003 or newer, or PDF) and must conform to 8.5” X 11” page size, 1” margins, and a type 12 font. Submittals must not exceed 10 pages (single sided) in length. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Submittals that contain classified materials must be coordinated with either the primary or secondary points of contact. Any interested party in this area of expertise may submit a SOC. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government. This notice does not constitute a Request for Proposal nor does it restrict the Government in any way to an ultimate acquisition approach. This synopsis is not a Request for Proposal and is not to be construed as a commitment by the Government. The Government is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this Sources Sought Synopsis. The Government will not reimburse any cost associated with submitting information in the SOC response, nor shall any costs be allowed on any Government contract.The Government has evaluated previously submitted Statements of Capabilities submitted in response to SAM.gov posting published 16 May 2023 entitled “Sources Sought Synopsis: Deep Space Advanced Radar Capability (DARC) Sites 2 and 3 Rapid Fielding”. The Government has determined that Northrop Grumman Corporation – Space Systems is the only responsible source capable of providing the supplies and services without the Government experiencing unacceptable delays in fulfilling its requirements and substantial duplication of cost The approved sole source Justification and Approval document will be made publicly available on SAM.gov within 14 days after contract award as per FAR 6.305.II. SMALL BUSINESS CONSIDERATIONThe pertinent NAICS code for this announcement is 334511 (size standard of 1250 average annual employees).Any business, regardless of size, in this area of expertise is encouraged to submit a Statement of Capability (SOC) to demonstrate the ability to meet the requirements listed above to show that competition would be advantageous to the Government. Responses from small and small disadvantaged businesses are highly encouraged and the Government encourages teaming/partnering.Responders to this Source Sought shall indicate whether they are a large business, small business, small disadvantaged business, 8(a) small business, women-owned small business, HUBZone small business, or service-disabled veteran-owned small business and all applicable North American Industrial Classification System (NAICS) codes. Interested parties desiring to do business with the Space Force shall be registered in the DoD Central Contractor Registry. Respondents must specify if they are a U.S. or foreign owned firm. This acquisition involves data that are subject to export control requirements under the Arms Export Control Act (Department of State) or the Export Administration Regulations (Department of Commerce).III. OMBUDSMANPursuant to DAFFARS 5352.201-9101, an SSC Ombudsman “Ombudsman” has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the Ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the Ombudsman does not participate in the evaluation of proposals, the source selection process or the adjudication of protests or formal contract disputes. The Ombudsman may refer the interested party to another official who can resolve the concern.Before consulting with the Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an Ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).If resolution cannot be made by the contracting officer, the interested party may contact the Ombudsman. The SSC Ombudsman is:Name: Mr. Brian UcciardiPhone: (310)653-1785Email: brian.ucciardi.1@spaceforce.milAddress: SSC/AC PK Attn: Mr. Brian Ucciardi483 N. Aviation BlvdEl Segundo, CA 90245-2808The Ombudsman has no authority to render a decision that binds the agency. Do not contact the Ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.Primary Point of Contact:Mr. Bradley D. KettlewellContract Specialistssc.szg.darc@spaceforce.milSecondary Point of Contact:Mr. Seneca J. AlvaradoContracting Officerssc.szg.darc@spaceforce.mil

Colorado Springs ,
 CO  80914  USALocation

Place Of Performance : N/A

Country : United StatesState : ColoradoCity : CHEY Mountain Air Force Base

You may also like

W355B-248238-Ground Penetrating Radar System

Due: 14 May, 2024 (in 14 days)Agency: Department of Public Works and Government Services (PSPC)

Radar System Test and Analysis Contract (RSTAC) HQ0862-24-R-0002 RFP

Due: 13 May, 2024 (in 13 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode AC35NATIONAL DEFENSE R&D SVCS; DEFENSE-RELATED ACTIVITIES; R&D FACILITIES & MAJ EQUIP