The RFP Database
New business relationships start here

ASARS-2C


Ohio, 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. The purpose of this Sources Sought is to determine if responsible sources exist to assist in determining if this effort can be competitive and/or a total or partial Small Business Set-Aside. Firms responding to this announcement should indicate whether they are small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), Historically Underutilized Business Zone small business (HUBZone), or other than small business. The North American Industry Classification System (NAICS) code for this action is 334511, size standard 1,250 employees. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.

Respondents should submit a capabilities package that is brief and concise, yet clearly demonstrates an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.


This effort's acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be satisfied via full and open competition, a small business set-aside, or a sole source acquisition.


Note, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.


Note, if this effort is not set-aside for small business, small business utilization will still be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage.


2.    Program Information:


The United States Air Force (USAF) is seeking information from industry in support of the Advanced Synthetic Aperture Radar System (ASARS)-2C program. Solicitation issuance is anticipated in the FY22 time period.


The USAF is pursuing a vision to more rapidly address airborne ISR warfighter needs. This requires the ability to quickly develop capabilities for integration into operations. As there are constantly new challenges emerging to the USAF and the DoD, the pursuit of adaptability is key.


This Sources Sought aims to specifically address the future acquisition of the ASARS-2C sensor processor. ASARS-2C is the next iteration of the synthetic aperture radar. The vision of the program is to utilize selected open standards to streamline future hardware upgrades and enable third party mode development.


3.    Technical Information Requested:


The Government intends to perform a two round Sources Sought Synopsis. Round one will include two topics that are outlined below. Round two, if pursued, will be via invitation only following evaluation of contractor qualifications received in round one, Topic 1. Prospective Offerors responding to Topic 1 should do so with the intent to respond to both rounds. It is not guaranteed that Offerors providing information on Topic 1 will be selected to provide additional information in round two.


This Sources Sought Synopsis solicits feedback from industry regarding two topics. Topic 1 seeks to identify potential sources for Common Open Architecture Radar Programs standard (COARPs) compliant ASARS Common Backend Processor hardware. Topic 2 seeks to identify vendors with radar processing software development experience, preferably using COARPs version 2.0 mode software architecture. Further description of the topics and information to be provided is detailed below.


Topic 1: Provide experience and background information demonstrating your experience developing processing hardware implementing the COARPs version 2.0 design criteria. The radar processing hardware is defined as the hardware architecture after the digitization of RF channels for use in radar products. A mixture of general purpose processors (GPPs), field programmable gate arrays (FPGAs), and graphical processing units (GPUs) is acceptable in the CBP design.


Topic 2: Provide experience and background information sufficient to demonstrate the ability to develop radar algorithms. Experience producing modes while adhering to COARPs design guidelines is preferred. Additionally, a COARPs compliant design will allow third-party vendors to develop and supply radar modes. State your company's mode development experience with prior Air Force or DoD programs, application(s) that has/have been developed on previous programs, and any other supporting documentation for the application.


4.    Responses:


Responses are to be limited to a Title Page (1 page) followed by Technical Details (no more than 3 pages), and small business information (1 page). Overall response is not to exceed 5 pages.  Technical details shall include past performance to include contract numbers, values, and customer information. Each vendor may provide individual responses to each topic, but may not respond multiple times to a single topic. The response may be a doc or pdf file. Vendors intending to submit classified responses should contact the government at least 10 days prior to submitting a response to obtain delivery instructions. Standard formatting is requested (i.e 1 inch margins, 12 point font in Times New Roman, single or double spaced). Responses deviating from length or formatting requirements may not be reviewed.  Unclassified responses are to be submitted via email to the Government POCs identified below.  


5.    Government POCs:


Government POCs for this Sources Sought are: Robert (Mike) Hoelzel, AFLCMC/WINK, (937) 656-4208, Robert.Hoelzel.1@usl.af.mil, and Joseph Plessinger, AFLCMC/WINK, (937) 904-4058, joseph.plessinger@us.af.mil.


Joseph A. Plessinger, Contracting Officer, Phone 9379044058, Email joseph.plessinger@us.af.mil - Robert (Mike) Hoelzel, Contract Negotiator, Phone 9376564208, Email robert.hoelzel.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP