1. CLEAR AS AK. RADAR UPGRADE PROGRAM NARRATIVE:

The Electronic Systems Center (ESC) intends to conduct a full and open competition for a program directed at the modification of the outdated mechanical radar at Clear AS AK., to an updated PAVE PAWS phased array radar. The contract will require the site adaptation of a design based on the current PAVE PAWS sites, with options for the construction of a facility and integration and test of two Government furnished, phased array faces and associated computer strings. Included in these requirements will be the acceptance, removal and shipment of one face and associated Prime Mission Equipment (PME), as necessary, from each of the southern PAVE PAWS radars located at Eldorado AS, TX, and Robins AFB, GA. The Air Force will provide a list of PME to be removed from the PAVE PAWS systems at Robins and Eldorado and to be reinstalled at Clear AS. As the Air Force has a requirement for reconstitution/reactivation of Robins and Eldorado to both single and dual face operations, the prime contractor will review the removed PME list and recommend any items that should not be removed. The prime contractor will state reasons for recommendation based upon CRU IOC criteria, regeneration considerations, cost, parts availability, and schedule. From an operations and supportability perspective, the government requires the highest degree of commonality (radar and automated data processing equipment and associated software) among this newly deployed system and the existing PAVE PAWS radar systems. The intended Initial Operational Capability (IOC) for the Clear phased array radar is Jan 2001. The contractor shall also support interface development, logistics support analyses, and deployment planning. The contractor shall develop a product test strategy consistent with approved PAVE PAWS test plans to verify product engineering and interfaces, using existing government facilities and capabilities whenever possible. Prospective offerors/teams should have demonstrated expertise and ability in managing risk reduction efforts, and also in: (1) intensive, large scale systems development and integration capability, particularly in the phased array radar arena; and (2) testing large systems involving many inputs and outputs and short timelines; (3) modification and integration of software algorithms in support of radar detection, tracking, and discrimination as well as understand the potential for developing new algorithms in support of the PAVE PAWS mission in the arctic/auroral region; (4) developing, modifying, maintaining, and documenting program processes; (5) designing and constructing radar or similar facilities in arctic environments; (6) spares provisioning, training, technical manual preparation, packaging and transportation; and (7) radar and ADP system hardware and software and facility configuration management. Offerors must have a current Secret clearance for selected facility(ies) and key personnel at time of award. The Clear Radar Upgrade Program will be accomplished under an ESC contract with a single contractor who will have sole responsibility for total system performance. The contract will include a requirement for the selected contractor to serve as system integrator for the system and facilities. The contract will include at a minimum, one Contract Line Item Number (CLIN) for MILCON work in the design and construction of facilities and a separate CLIN for Other Acquisition (OA) work in the transportation, installation, and testing of the radar equipment. The contract will be awarded to the contractor deemed most likely to deliver the total, upgraded system on-schedule and within budget. The government intends to issue a draft RFP that will be posted to Hanscom Electronic RFP Bulletin Board (HERBB) in March 1997. Interested parties may gain access to the HERBB via the World Wide Web (http://www.herbb.hanscom.af.mil). Parties should be prepared to provide the following information in order to log on to the HERBB for the first time: Full name, Company name, Company address, Phone number, Fax number, CAGE code, Type of business (large, small, SDB, woman-owned, etc.). The Government intends to open a RFP Reference Library at Electronic Systems Center and conduct presolicitation conferences. Prospective offerors will be notified via the HERBB when the library opens and the time and location of the presolicitation conferences. The contract will be a fixed price incentive type with an anticipated period of performance of four years, six months, with options for continued development. Release of the final RFP is anticipated in May 1997. Any correspondence or questions on this solicitation should be addressed/directed to ESC/TNK, Attn. Ms. Themoula Poirier, 51 Schilling Circle, Hanscom AFB MA, 01731-2802. (617) 377-9457. This synopsis does not constitute a commitment by the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information solicited.*****

  1. Tentative Schedule of Key Events:

The following events and associate dates are for information only. They are subject to adjustment or deletion without notice by the Government, and are intended for planning purposes only.