High-Altitude Electromagnetic Pulse Hardness/Maintenance/Hardness Surveillance Engineering/Technical Support, FAB-T Maintenance/Repair, and Filter Supply at Off...

expired opportunity(Expired)
From: Federal Government(Federal)
FA4600-HEMPRE

Basic Details

started - 06 Dec, 2022 (16 months ago)

Start Date

06 Dec, 2022 (16 months ago)
due - 06 Jan, 2023 (15 months ago)

Due Date

06 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
FA4600-HEMPRE

Identifier

FA4600-HEMPRE
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707415)DEPT OF THE AIR FORCE (60336)ACC (74907)FA4600 55 CONS PKP (663)
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.

SOURCES SOUGHT ANNOUNCEMENT FOR HIGH-ALTITUDE ELECTROMAGNETIC PULSE (HEMP) HARDNESS MAINTENANCE/HARDNESS SURVEILLANCE (HM/HS) ENGINEERING/TECHNICAL SUPPORT, FAB-T MAINTENANCE/REPAIR, AND FILTER SUPPLY AT OFFUTT AFB, NE A.INTRODUCTION1. This is a Sources Sought synopsis being conducted pursuant to FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. This is an initial step in the planning process for performing HM/HS requirements for all EMP shields in building 1000, Family of Advanced Beyond Line of Sight Terminal (FAB-T) HEMP Shielded Enclosures (HSE) and Antenna Support Towers (AST) at Offutt AFB, NE. The HEMP survivability program described in this PWS is not unique to any one weapon or mission system. The scope of this contract is for performing Hardness Maintenance / Hardness Surveillance (HM/HS) as defined in the HM/HS Plan and Procedures Manual, applicable Technical Orders, and in accordance with (IAW)
MIL-STD-188-125 paragraph 4.5, HEMP protection upgrades and modifications, engineering studies, and other support as defined in the body of this PWS. The contractor shall provide all personnel and necessary tools and materials to ensure continuous HEMP hardness for supported mission systems and meet all requirements outlined in this PWS.GENERAL REQUIREMENTSThe primary objective of a HEMP HM/HS protection program is to ensure survivability from a HEMP event. Since HEMP shield systems are easily rendered ineffective by incorrect usage and/or inadequate life cycle maintenance, a structured methodology of performing tests, inspections, and maintenance must be performed and documented.The HM/HS Plans and Procedures Manuals and applicable Technical Orders specify maintenance of assets to uphold the designed levels of protection and shall be used by the contractor performing HM/HS work on this facility.The contractor shall also provide engineering and technician support for HM/HS work. HM/HS actions shall incorporate any infrastructure or structural requirements to support the mission. Scope includes requirements for 1) testing, 2) engineering support, 3) technical solutions/options for unknown/ unpredicted issues as funding allows, and 4) technical support to the contracting officer representative (COR) via telephone or e-mail. These services require familiarity with the maintenance and sustainment of HEMP systems. The activities that will be supported under this PWS must be IAW MIL- STD 188-125-1 and MIL-HDBK 423 and the provided HM/HS Plans and Procedures Manual.The Government is contemplating award of a Firm Fixed Price Contract.3. The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential sources to provide HM/HS, testing, repairs, engineering support and technical solutions, FAB-T support maintenance and repairs, and Filter Supply for EMP Shields for USSTRATCOM located in Bellevue, Nebraska.4. Period of Performance: It is anticipated that the contract period will be a base period of one year (from date of award), 4 option periods and a six month extension will be available for exercise IAW FAR 52.217-8 Option to Extend Services.5. The North American Industrial Classification Systems (NAICS) code is 541330, Engineering Services, which has a small business standard of $15M.B. INFORMATION AND INSTRUCTIONS:1. All business capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below.a. Requested information listed below must be received no later than 1200 (Central Daylight Time) on 6 January 2023.b.Information package responses shall be sent via email to susan.ryan@us.af.mil and dean.matuszewski.1@us.af.mil. c. Information Package: Respondents must include the following information:1. Company name 2. Address 3. Point of contact with e-mail address and telephone number 4. Federal CAGE Code 5. Data Universal Numbering System (DUNS) 6. Small business category. 7. Company data - include one or two short sentences of your company description, including number of employees and capacity. Also list DUNS, CAGE Code, NAICS codes. 8. Contact information - show contact information, including website and specific person's name. Readers will visit your website for more information; make sure it is constantly updated and provide "hot link" for direct access. List a professional email. Government agencies many times block Hotmail, Yahoo and Gmail accounts as junk mail. Your internet provider will typically offer professional addresses with your subscription.C. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice is not a solicitation, and should not be construed as a commitment by the Government for any purpose, nor does is restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary and any offer submitted by such a firm will be evaluated without prejudice. All questions and comments on this notice shall be submitted via e-mail to only the contact listed below.PRIMARY CONTACT: Susan Ryan, Contract Specialist, susan.ryan@us.af.mil, (402) 294-3621.SECONDARY CONTACT: Dean Matuszewski, Contract Officer, dean.matuszewski.1@us.af.mil, (402) 294-5711.

Location

Place Of Performance : N/A

Country : United StatesState : NebraskaCity : Offutt AFB

You may also like

F15 SPECIALIZED ENGINEERING AND TECHNICAL SERVICES FOR F15 TEST PROGRAM SET MAINTENANCE EO14042

Due: 01 Jun, 2027 (in about 3 years)Agency: FEDERAL ACQUISITION SERVICE

Classification