Florida Bids > Bid Detail

AN/FPS-16 Radar Upgrade

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159509091950798
Posted Date: Dec 15, 2022
Due Date: Jan 15, 2023
Solicitation No: FA248723RATBD
Source: https://sam.gov/opp/52dfc6bd1c...
Follow
AN/FPS-16 Radar Upgrade
Active
Contract Opportunity
Notice ID
FA248723RATBD
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
FA2487 AFTC PZIE
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 15, 2022 08:28 am CST
  • Original Response Date: Jan 15, 2023 12:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Eglin AFB , FL 32542
    USA
Description

REQUEST FOR INFORMATION



AN/FPS-16 Radar Upgrade

15 December 2022





SYNOPSIS: The Department of Defense, United States Air Force (USAF), Air Force Test

Center (AFTC), Specialized Contracting Branch (PZZD) at Eglin AFB is currently conducting

market research seeking capabilities statement from potential sources, including small businesses

(SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-

Owned (WOSB), Small Disadvantaged (SD), Veteran Owned (VO) and Service Disabled

Veteran Owned (SDVOSB) small businesses that are capable of the requirement listed below.





DESCRIPTION: The 96 RANSS/RNRI requires procurement of a digital upgrade to AN/FPS-

16 radar system. The following requirements must be met or exceeded for the system upgrade:



o Maintain system performance as currently realized in existing radar configuration

o Improve logistics and maintenance concept over current system

o Maintain current location for tracking radars, no new construction projects





Comments and answers to the questions on the above requirements are being sought from

interested qualified vendors for the purposes of clarification of the government's requirements.

Request interested parties to provide input and supporting documents as to the commerciality of

the requirement including previous commercial sales examples and customers. A copy of

Attachment 1, Questions for AN/FPS-16 Radar Upgrade are available for download.

All interested vendors should submit a response demonstrating their capabilities to meet the

requirements to the POC listed below. Proposals are not being requested or accepted at this time.

As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be

accepted by the Government to form a binding contract. No solicitation (Request for Proposal)

exists at this time. The decision to solicit for a contract shall be solely at the discretion of the

Government at a later date.





The NAICS Code assigned to this acquisition is 334220, Radio and Television Broadcasting and

Wireless Communications Equipment Manufacturing, with a size standard of 1,250 employees.

Respondents should indicate their size in relation to this size standard and indicate socioeconomic

status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, SDB, VOSB or SDVOSB).





Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled

firm and any contemplated use of foreign national employees on this effort. Only responses

from U.S. owned companies and foreign owned companies with U.S. subsidiaries shall be

evaluated. The Government reserves the right to consider a small business set-aside based upon

responses hereto for any subsequent action. All prospective contractors must be registered in the

System for Award Management (SAM) database to be awarded a DoD contract. No set-aside

decision has been made.





Any information submitted by respondents to this request for information is voluntary. This

request for information notice is not to be construed as a commitment by the Government, nor

will the Government reimburse any costs associated with the submission of information in

response to this notice. Respondents will not be individually notified of the results of any

government assessments. The Government’s assessment of the responses received will factor

into whether any forthcoming solicitation will be conducted as a full and open competition or as

a set-aside for small business, or any particular small business program.





CAPABILITIES STATEMENT: All interested U.S. vendors shall submit a response that

explicitly demonstrates their capability to provide/perform the requirement stated in this notice.

The response should be brief and concise, yet clearly demonstrate an ability to meet the stated

requirement. The response must not exceed twenty-five (25) pages, 8.5” x 11” paper, 12 pitch,

Times New Roman font, with a minimum of one (1) inch margins all around. Responses should

include the company name, CAGE code, point of contact, address, and phone number. Small

businesses with only partial capabilities of this requirement are encouraged to submit their

response demonstrating the portion of the requirement they are capable of providing/performing.

This information will allow the Government to identify areas of possible breakout or possible

subcontracting opportunities.





Responses may be submitted electronically to the following e-mail address: see e-mail addresses

listed below. All correspondence sent via email shall contain a subject line that reads “FA2487-

23-R-ATBD, AN/FPS-16 Radar Upgrade.” If this subject line is not included, the e-mail may not

get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or

with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not

allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached

to your email. All other attachments may be deleted. Package sizes greater than 5 megabytes

shall be submitted via the DoD Safe File Exchange, located at https://safe.apps.mil/.





All responsible sources may submit information that shall be considered by the agency. If late

information is received, it may be considered, depending on agency time constraints. All routine

communications regarding the announcement should be directed to the contractual point of

contact listed in this posting. The Government may or may not use any responses to this request

for information as a basis for a subsequent project/requirement. Any project/requirement

developed from the request for information responses may be the subject of a subsequent

acquisition; any such subsequent acquisition will be posted in sam.gov separately. Responses to

this request for information will not be returned. The Government is under no obligation to

acknowledge receipt of the information received, or provide feedback to the respondents with

respect to any of the information submitted under this request for information. No requests for a

bid package or solicitation will be accepted; a bid package or solicitation does not exist at this

time. In order to protect the integrity of any possible future acquisition, no additional

information will be provided and no appointments for presentations will be made in reference to

this request for information.





Only government employees will review submitted responses to this request for information.

Respondents are advised that employees of commercial firms under contract with the

Government may be used to administratively process submissions and perform other

administrative duties requiring access to other contractor’s proprietary information. These

administrative support contractors include nondisclosure agreements prohibiting their contractor

employees from disclosing any information submitted by other contractors or using such

information for any purpose other than that for which it was furnished.





RESPONSES ARE DUE NO LATER THAN 12:00 P.M. Central Time on 15 January 2023.

Direct all questions concerning this requirement to the POC, Allison McCowan, Contracting

Officer at allison.mccowan@us.af.mil,with the following alternate POCs on copy: Alissa Bartlett, Contract Specialist,

alissa.bartlett@us.af.mil and Alternate POC Lance Haywood, lance.haywood.1@us.af.mil.

Questions are due NLT 12:00 P.M. Central Time on 30 December 2022.





Attachments:

1. Questions for AN/FPS-16 Radar Upgrade


Attachments/Links
Contact Information
Contracting Office Address
  • CP 850 882 5261 205 WEST D AVE BLDG 350 ROOM 415
  • EGLIN AFB , FL 32542-6886
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 15, 2022 08:28 am CSTSources Sought (Original)

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 >