The RFP Database
New business relationships start here

AN/MPS-T1 Training Radar Set, Band SIM Modernization Threat Control Van (MTCV)


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.

1.1 The purpose of this Sources Sought is to conduct market research for procurement and to provide the United States Air Force (USAF) operations, maintenance and life-cycle sustainment of critical information to support the fielding of the new Scientific Research Corporation (SRC) designed AN/MPS-T1 Training Radar Set, Band SIM Modernized Threat Control Van (MTCV), which is utilized to train, test and evaluate aircrew performance in tactical operations against such an environment. Also, 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 541990 which has a corresponding size standard of 750. 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), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 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. PROGRAM DETAILS:


The U.S Air Force (USAF) ALFCMC/HBZC Combat Mission Support Branch at Hill AFB has drafted requirements to replace a Multiple Bands Simulator (Band SIM) Control Van (climate-controlled shelter) which includes Operator Work Stations as part of the Band SIM system. To improve the sustainment, this required the development of a mobile version of the upgraded X-band and C-band radar platforms that will enhance aircrew training by allowing for a more dynamic control of the environment. The new Van must integrate all functionality with the existing Band SIM Emitter pedestals without any degradation to existing AN/MPS-T1 Training Radar Set mission capabilities. The value added benefit is that the system provides a platform that can easily be upgraded through software as new threat intelligence data is received. All signal processing, embedded processing and computational resources have been selected with a 10 year life cycle support plan, and provide sufficient overhead to incorporate additional functions and improvements as they are identified and improve sustainment of the T1 Control Van. This Modernized T1 Control Van is a mobile, flexible, extensible platform that will provide superior training capabilities for 5th generation fighters and beyond.


The Government is conducting market research in an effort to possibly procure AN/MPS-T1 Training Radar Set, Band SIM Modernized Threat Control VAN (MTCV) program data. An AN/MPS-T1 Training Radar Set, Band SIM MTCV re-procurement technical and logistical data package is expected to be designed, developed, produced and delivered to replace the existing current vans at all worldwide AN/MPS-T1 Range Threat Training Ranges. This data package is expected to be delivered in conduction with the requirements and exactly reflect the new MTCV configuration of the JT3 AN/MPS-T1 Training Radar Set. Ban SIM Control Van delivered to Nevada Test and Training Range (NTTR) order on contract No: F42650-01-C-7218. The contractor is expected to deliver a full non-propriety data package with full government rights in data (GRID) for organic Government operations, maintenance and sustainment to include production-level drawings, operator and maintenance technical orders and software source codes/firmware. The Government shall have unlimited rights, in all drawings, designs specifications, notes and other works developed in the performance of this contract. The contractor will need to demonstrate, via the Sources Sought response, their expertise in AN/MPS-T1 Training Radar Set, Band SIM MCTV program data, and ability to provide a Technical Data Package (TDP) for a fully functional replacement for the current AN/MPS-T1 Control Van. The Government has systems performance specifications and a List of Requirements (LOR) for the Mobile T1 Digital X-Band Simulator, JTT-NTR-STRS-14107-0004; Issue-16 July 2014 to help provide a reliable and compatible system.
Information Sought
Vendors are requested to provide the following information to meet the Sources Sought objectives.


3. The Government requests industry feedback on industry's ability to meet the current requirements. Responses should:


a) Specify background and expertise to be able to produce a Technical Data Package (TDP) that will allow the government to operate and sustain the new AN/MPS-T1 Modernized Threat Control Van (MTCV). Also, describe the process for developing and delivering a production-level drawing package.


b) Identify an estimated timeline to produce the Technical Data Package (TDP).


c) Ability to deliver all software and source codes developed


d) In order to support worldwide fielding of the Modernized Threat Control Van (MTCV) AN/MPS-T1Range Threat Training Range, the Radio Interface Control Equipment (RICE) shall be included within the confines of the MTCV as the primary option/solution/etc. The government is open to the option of fielding two MTCV configurations, a version 1, with the RICE within the confines of the MTCV and a version 2, with the RICE being external to the MTCV. Please provide what version you would select.


4. The Government will require unlimited data rights and not a proprietary data package. Describe any privately developed items, components, processes, computer software, and/or technical data that your organization:


(a) Intends to deliver with Limited Rights, (b) Intends to deliver with Government Purpose Rights, (c) Intends to deliver with Restricted Rights, or (d) have not yet determined if such rights should apply.


5. Questions


In addition to the information requested above in response to this Sources Sought Synopsis, the Government is seeking responses to the questions below:


a. After review of the Sources Sought information above, what additional technical/workload data, if any, is required for you to competitively propose for this effort?


b. Do you have an existing Government contract vehicle to fulfill the requirement? If so, please identify. If not, what contract type would you recommend given your strategic look at risk?


c. Are there any possible risks or constraints not identified in the Sources Sought posting?


d. This effort would require the contractor to have access to Pedestals to test, are you able to have access to existing and operating Pedestals. The government does not intend to furnish GFP for this effort.


6. RESPONSE INSTRUCTIONS


Response information shall contain only ONE electronic file, no larger than 5 megabytes (MB) in size that contains the following:


a) Cover letter


b) Company name, mailing address/website, location of facilities, CAGE Code, North Industry Classification System (NAICS) number(s) , business size and any eligibility under the U.S. Government socio-economic programs and preference, and point of contact to include telephone number(s) and email address. Specify if responding concern is a U.S. or foreign-owned firm.


c) Provide relevant experience to include performing engineering, manufacturing, inspection, and testing of AN/MPS-T1 Modernized Threat Control Van (MTCV).


d) Responses shall be no more than 10 pages, 11 point Times New Roman font no smaller than 10 point when embedded within graphics.


Any response submitted by respondents to this Sources Sought constitutes consent for their submission to be reviewed by Government personnel, Advisory & Assistance Services (A&AS) contractor employees supporting AFLCMC/HBZ, unless the respondent clearly objects in writing to the release of this information to FFRDC contractor employees and A&AS contractor employees supporting AFLCMC/HBZ in a cover letter accompanying your Sources Sought Response Package.


The information received will assist in formulating an acquisition strategy decision. Responses are due no later than 18 September 2017, 4:00 pm Mountain Standard Time (MST), however, earlier submissions of responses are highly desirable. Responses received after this date and time may not be reviewed.


Destiny A Leach, Contract Specialist , Phone 801-586-4693, Email Destiny.Leach.1@us.af.mil - Vick A. Peltier, Contracting Officer, Phone 801-777-3280, Fax 801-777-6172, Email vick.peltier@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP