ContractSolicitation

Solicitation: Full and Open CLS Sustainment services for the AEWS AN/FPS-117 Radar System

DEPT OF DEFENSE FA821725RB004
Response Deadline
Sep 15, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for Contractor Logistics Support (CLS) services for the AN/FPS-117 Long Range Radar System. The procurement aims to sustain and maintain the radar system across 27 operational sites located in Alaska, Canada, and Hawaii, ensuring comprehensive support that includes program management, engineering, depot and field maintenance, and hardware/software procurement. This radar system is critical for the United States' air defense capabilities, and the contract will be awarded as a single five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a potential maximum value of $32.4 million. Interested offerors must submit their proposals electronically by September 15, 2025, and direct any inquiries to the primary contact, Christopher Jarman, at christopher.jarman@us.af.mil.

Classification Codes

NAICS Code
334511
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC Code
J059
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS

Solicitation Documents

38 Files
Attachment 4 - Evaluation Factors for Award.pdf
PDF210 KBJul 30, 2025
AI Summary
The government solicitation outlines the evaluation criteria for awarding a single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for the AN/FPS-117 CLS program. The selection process follows the Federal Acquisition Regulation (FAR) guidelines, with a focus on the best value approach, integrating both technical quality and cost. Proposals will be assessed through five main factors: Cost/Price, Technical (with four subfactors), Past Performance, Small Business Participation, and Administrative and Responsibility Material. Technical evaluations will include aspects like technical knowledge, logistics support, quality control, and stakeholder engagement. Proposals must demonstrate a solid understanding of radar systems and cybersecurity, as well as reliable logistics strategies. Past performance will be gauged on recent, relevant experiences, considering the extent and quality of work completed. In fulfilling Small Business objectives, proposers must detail their planned engagement with small businesses and address any goals set by the Department of Defense's FY24 targets. Proposals must also exhibit administrative compliance to be deemed acceptable. Ultimately, only compliant, competitive proposals that provide the best value will be considered for the contract award, reinforcing the government’s aim for effective partnership while promoting small business involvement.
Attachment 9 - Past Performance Relevancy Baseline.docx
Word25 KBJul 30, 2025
AI Summary
The document outlines the Past Performance Relevancy Baseline criteria within a government RFP, establishing metrics for evaluating potential contractors. It includes three primary categories: 1. **Magnitude and Contract Type** - Relevant contracts must have a total value of $15 million or greater. Contracts with lesser values are deemed not relevant. 2. **Complexity of Performance** - Relevant experience involves concurrent operations across multiple geographic locations, particularly on PESA/AESA radars, while performances confined to a single location or on non-PESA/AESA systems are not considered relevant. 3. **Similarity of Scope** - This focuses on the similarity of services provided, specifically those supporting remote arctic locations. Relevant experience requires a minimum of three years of performance, while any shorter or incomplete performance records are deemed not relevant. Overall, the purpose of the document is to set clear standards for evaluating past performance relevancy in order to ensure that only qualified contractors with pertinent experience are considered for the RFP, emphasizing the critical need for specific technical expertise and operational capabilities in challenging environments.
Solicitation - FA821725RB004.pdf
PDF2815 KBJul 30, 2025
AI Summary
The document is a federal Request for Proposal (RFP) for a contract titled FA821725RB004, which seeks offers for contractor logistics support for the AN/FPS-117 radar system. It specifies that the contract will include a five-year period with a possible six-month extension, encompassing a minimum guarantee of $10,000 and an estimated maximum value of $32.4 million. The contract features multiple ordering periods, each lasting 12 months, except for an option period of six months. It covers a variety of services, including program management, engineering support, emergency maintenance, procurement, repairs, shipping, and training. All services outlined will comply with detailed Performance Work Statements (PWS). The document emphasizes the fiscal structure, necessitating a firm fixed price or cost-plus-fixed-fee arrangements, and introduces compliance with federal regulations regarding funding availability and submitter obligations. The objective of this RFP is to procure essential support services, ensuring operational readiness and maintenance of critical defense systems while adhering to strict procurement standards.
Offeror_RFP_Question_Template.xlsx
Excel10 KBSep 10, 2025
AI Summary
The document serves as a template for Offerors submitting questions related to a Request for Proposal (RFP) issued by the government. Offerors must submit inquiries by the specified deadline, which is 15 August 2025 at 2:00 PM Mountain Standard Time (MST). The document outlines the process for asking questions and the appropriate points of contact (POC) for communication. It specifically names the PCO, Chris Jarman, and the Contract Specialist, Cameron Tucker, as the designated officials to handle all inquiries. This structure ensures that the exchange of information is properly managed and controlled, maintaining the integrity and clarity of the RFP process. Overall, the document facilitates transparent communication between the Offerors and the government, critical for the successful submission of proposals in compliance with federal and state guidelines.
Attachment 11 - Awardable Task Order PWS.pdf
PDF227 KBJul 30, 2025
AI Summary
The Performance Work Statement (PWS) details the requirements for the Atmospheric Early Warning System (AEWS) task order FA8217-XX-X-XXXX under the IDIQ contract FA8217-25-R-B004, managed by AFLCMC/HBDIA at Hill AFB, Utah. Its purpose is to outline the contractor's responsibilities, including providing data, program management, engineering technical support, and emergency services. The scope includes annual service requirements with a period encompassing a base year and four option years, plus an additional six-month option. The PWS specifies the general requirements for contracts, emphasizing tasks related to program management, Diminishing Manufacturing Sources and Material Shortages (DMSMS) management, and technical engineering support. Contractors are expected to dedicate up to 200 hours for technical support, including documentation of communications and monthly reports outlining project statuses. Additionally, the document lists various deliverables, such as plans and quality reports, to ensure compliance with objectives. This PWS reinforces the government's commitment to strategic support for AEWS while ensuring formalized accountability and productivity in achieving necessary outcomes within stipulated contractual frameworks.
Attachment 6 - Pricing Matrix Worksheet.xlsx
Excel57 KBJul 30, 2025
AI Summary
The document outlines guidelines for submitting labor rates and pricing for various labor categories associated with government projects. It emphasizes strict adherence to formatting rules, such as not modifying worksheet tabs, ensuring all cells are populated, and presenting fully burdened labor rates without profit or fee calculations included. The established rates will serve as a not-to-exceed (NTE) table for prime offerors or joint ventures, with profits and fees determined separately during contract negotiations. The labor categories range from Subject Matter Experts to various engineering and technical roles, all initially set at zero dollars for projection purposes, indicating a framework for proposals involving engineering services and program management across multiple years. The document also specifies a structured approach for awardable task orders using different pricing arrangements, including Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF). Additionally, it instructs on how to propose costs for specific purposes such as shipping and travel. This summary encapsulates the essential framework required for compliance in government RFP submissions and emphasizes the importance of accurately conveying labor costs and categories for effective contract management.
Attachment 5 - Cross Reference Matrix.xlsx
Excel23 KBJul 30, 2025
AI Summary
The document outlines the structure and requirements for evaluating proposals submitted in response to federal and state/local Requests for Proposals (RFPs). It details five main evaluative factors: Cost/Price, Technical merit, Past Performance, Small Business Participation, and Administrative/Responsibility Material. Each factor is associated with specific submission requirements and guidelines referenced in multiple sections of the attachments. The document includes a Cross-Reference Matrix linking Key Submission Sections (L) to Evaluation Factors (M), ensuring compliance with all outlined requirements. It emphasizes the necessity for comprehensive documentation in categories such as pricing, technical knowledge, logistical capacity, quality control, and past performance records. Furthermore, the guidelines stress the importance of realism and reasonableness in cost estimation, as well as the implications of subcontractor involvement and past performance relevancy in evaluation. Overall, this file serves as a procedural guideline, ensuring fairness and thorough assessment of all proposals submitted for government contracts.
PWS Attachment E - Example Comment Resolution Matrix (CRM).xlsx
Excel25 KBJul 30, 2025
AI Summary
The document presents a Comment Resolution Matrix for flex cable drawings, aiming to address feedback from reviewers, including the USAF. It categorizes comments into three types: Administrative Comments (A), Substantive Comments (S), and Critical Comments (C). Administrative Comments deal with minor errors and clarity, while Substantive Comments address less significant issues that don't hinder publication implementation. Critical Comments, however, identify major deficiencies requiring urgent resolution, including incorrect or contradictory policy information that could prevent implementation. A significant point raised is the need to specify the maximum bend radius for cable fabrication to ensure proper construction and field maintenance. The contractor has proposed to add a note regarding bend radius in the drawings, indicating a willingness to adapt documentation accordingly. Overall, the matrix serves as a systematic approach for documenting and resolving comments to enhance the accuracy and reliability of the flex cable drawings, demonstrating a commitment to quality and adherence to specifications in government procurement processes. The responses indicate collaboration between the contractor and reviewers to align on essential requirements for the project's success.
Attachment 8 - Past Performance Information Sheet.docx
Word48 KBJul 30, 2025
AI Summary
The document serves as a Past Performance Information Sheet (PPIS) for prospective contractors submitting proposals in response to government RFPs, particularly the AN/FPS-117 Sustainment RFP. It outlines the requirements for bidders to present relevant past performance experiences, specifically highlighting contracts executed within the last five years. Key sections include identifying the offeror's name, contract specifics (such as agency, contract number, and value), and relevant details regarding completion dates and reasons for any changes. Additionally, bidders must describe their role in the contract, provide customer contact points, and address unique technical aspects related to the contract. The relevancy to the current RFP must be noted, with references to specific sections of the Performance Work Statement (PWS) or Statement of Work (SOW) that correlate with the proposal. The document also emphasizes compliance with federal regulations regarding small business utilization and requires reporting on subcontracting plans and performance ratings. Overall, the PPIS ensures that the government can assess the past performance of contractors to determine their capability and reliability for future work.
PWS Attachment B - Memorandum for Alaska Radar System Support.pdf
PDF219 KBJul 30, 2025
AI Summary
The memorandum from the Headquarters Eleventh Air Force outlines the support guidelines for the Fiscal Year 2024 Alaska Radar System (ARS). It details the processes for requesting lodging, meals, and other essential services at ARS sites, emphasizing mandatory personnel security vetting through the PRSC Security Team prior to site access. It specifies the requirements for landed aircraft, cargo transport, equipment usage, and contractor support, illustrating that all requests and coordination must occur well in advance due to logistical challenges. Prices for meals and lodging are provided, alongside restrictions on usage outside normal hours. It also highlights safety protocols regarding photography and firearm requirements, ensuring compliance with government regulations. The memo supersedes previous communications regarding ARS base support fees, reiterating the necessity for contractors to secure logistics with adequate notice to facilitate smooth operations. For further inquiries, contact personnel from the PMO.
PWS Attachment A - AN_FPS-117 Site Locations.pdf
PDF146 KBJul 30, 2025
AI Summary
The document provides a comprehensive list of various radar sites and their corresponding information in the United States and Canada, specifically focusing on locations in Alaska and some areas in Canada. Each entry includes details such as Site ID, geographic coordinates (latitude and longitude), regional zone, and contact information, including mailing addresses and phone numbers. The emphasis is on the locations and operational status of the radar sites, which are critical for monitoring air traffic and weather in remote areas. This resource is likely relevant to government entities involved in Federal RFPs, grants, and local initiatives aimed at maintaining or upgrading surveillance infrastructure. The data dissemination supports decision-making processes, operational planning, and resource allocation for national security and environmental monitoring within these regions.
PWS Attachment C - PACAF Regional Support Center Site Arrival Request (SAR).pdf
PDF2793 KBJul 30, 2025
AI Summary
The document is a request form for site arrival at the PACAF Regional Support Center, intended for military personnel and related stakeholders. It collects essential information regarding the traveler's details, travel arrangements, aircraft specifics, and required support services. The form includes sections to input travel location, arrival and departure dates, means of travel, aircraft information (type, call sign, and tail number), and other logistical needs such as transportation, permits, and equipment. Additionally, it gathers personal information about travelers for security and access purposes, including ranks and clearance levels. The form also emphasizes compliance and support requests, ensuring necessary arrangements and provisions are met for military operations. Specifically, it requests details on additional support like fueling, meal quantities, and weapon declarations. The document outlines approval protocols and contact information for coordination. The structured format indicates a procedural approach to managing military logistics, highlighting the need for accountability, organization, and adherence to regulations in mission support operations.
Attachment 3 - Instructions Conditions and Notices to Offerors.pdf
PDF264 KBJul 30, 2025
AI Summary
The government is soliciting proposals for a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract focused on Contractor Logistic Support (CLS) for the AN/FPS-117 radar program. The aim is to award this contract based on the best value to the Government, evaluated through specific criteria outlined in Section M. Proposals must be comprehensive and adhere to strict formatting guidelines, including submission in Microsoft Word or searchable PDF, following specified page limits and included volumes. Submissions include a Cost/Price Proposal, Technical Proposal, Past Performance Proposal, Small Business Participation Submission, and Administrative and Responsibility Material. Each volume has specific requirements and evaluation criteria, ensuring clarity and detailed responses without redundancy. There are emphasis points on pricing components, technical experience, quality control processes, and small business involvement. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) by 28 July 2025. Overall, this RFP outlines the government's need for detailed, responsive proposals to ensure effective support for the AN/FPS-117 system, underscoring the importance of compliance with proposal instructions, evaluation metrics, and the critical role of small business engagement.
Attachment 10 - Past Performance Questionnaire.docx
Word45 KBJul 30, 2025
AI Summary
The document outlines a Present/Past Performance Questionnaire cover letter related to the AN/FPS-117 Radar Sustainment Solicitation for the Air Force Life Cycle Management Center. It instructs Offerors to send the accompanying questionnaire to relevant contacts, emphasizing that completed questionnaires are sensitive and should be returned directly to the Government. The questionnaire evaluates a contractor's past performance based on various criteria, including contract identification, agency details, and respondent information. It assesses contractor performance in critical areas such as technical knowledge, logistics, quality control, training, stakeholder engagement, and cost/price performance. Specific performance metrics and ratings, ranging from exceptional to unsatisfactory, are provided. Additionally, a section allows for general comments on the contractor’s performance. The overall purpose is to gather vital feedback on contractor capabilities and past executions to inform future acquisition strategies.
Attachment 7 - Pre-Award Survey of Prospective Contractor.pdf
PDF155 KBJul 30, 2025
AI Summary
The document is a Pre-Award Survey Checklist for assessing the accounting systems of prospective contractors applying for government contracts. It is designed to ensure that contractors meet the accounting standards required for federal and state projects. Key components include gathering information such as company details, previous audits by the Defense Contract Audit Agency (DCAA), and compliance with applicable Cost Accounting Standards (CAS). The checklist consists of a series of yes/no questions that delve into areas such as the operation of the accounting system, adherence to Generally Accepted Accounting Principles (GAAP), the segregation of direct and indirect costs, and the identification of costs by contract. Candidates must provide detailed explanations for their responses to demonstrate compliance and address their capability to manage financial aspects of contracts effectively. The overall purpose of this document is to facilitate a systematic evaluation of contractors' accounting systems to ensure they are robust and capable of handling federal contract requirements, thus safeguarding government interests and taxpayer funds.
PWS Attachment F - Example T-2 Document Sections.pdf
PDF119 KBJul 30, 2025
AI Summary
The document outlines the procedural framework for installing modifications to a specific system, detailing the background, purpose, and logistical requirements associated with the modification process. It covers various aspects, including installation procedures, maintenance practices, operational checkout requirements, and safety assessments. The document specifies critical components such as supply data, tools needed, environmental considerations, and cybersecurity relevance related to the modification. It also discusses the configuration control and data management necessary to maintain system integrity post-installation. By clearly laying out the steps for installation and ongoing maintenance, the document aims to ensure that modifications align with safety, operational, and compliance standards crucial for government projects and RFP processes. The structured format, including sections for hazard analysis and testing, underscores the thoroughness required in federal grants and both state and local RFPs when executing system modifications.
PWS Attachment D - Customer Support Request - Third Party Support Request Form.pdf
PDF191 KBJul 30, 2025
AI Summary
The Customer and Third Party Support Request Form is a document intended for use by federal agencies in Canada to facilitate support requests for various activities such as inspections, audits, site access, and equipment maintenance. It outlines the required information from the requesting agency, including contact details, types of requested support (e.g., rations, transportation, equipment, personnel), and details about the visit such as dates and locations. The form emphasizes the necessity for approval from the National Weather Service Office (NWSO) for third-party requests and the inclusion of site schedules and travel itineraries. The document's structured format enables efficient processing by clearly separating sections for request descriptions, personnel requirements, and material lists. Ultimately, it serves as a standardized tool to ensure all necessary information is collected for facilitating support to government operations, underscoring the collaborative framework between different federal divisions and third-party vendors. The completion of this form is a prerequisite for processing support requests and is submitted to the designated coordinator for further action.
Attachment 2 - CDRLs.pdf
PDF7333 KBJul 30, 2025
AI Summary
The document outlines guidelines for federal and state/local Requests for Proposals (RFPs) and grants within government sectors. It emphasizes the importance of structure and clarity in proposal submissions, providing recommendations for budget outlines, project timelines, and necessary documentation. Key points include the project goals, definitions of deliverables, eligibility criteria for applicants, and evaluation metrics for awarding contracts. The guidelines are designed to ensure accountability and compliance with federal regulations while promoting fair competition among bidding organizations. The purpose of the document is to establish a framework that supports effective procurement processes, encouraging transparency and efficiency in the allocation of government resources across various projects and programs. Ultimately, it serves as a critical resource for organizations seeking to engage with government funding and contracting opportunities.
Attachment 1 - Basic Contract PWS.pdf
PDF1393 KBJul 30, 2025
AI Summary
The Performance Work Statement (PWS) outlines the requirements for providing Contractor Logistics Support for the Atmospheric Early Warning System (AEWS) AN/FPS-117 radar system. This critical system, operated by the USAF, encompasses 27 radar weapon systems crucial for air defense, providing detection and classification of aircraft and missiles. The objective of this contract is to ensure comprehensive support, including engineering, maintenance, technical support, procurement of parts, and ensuring cybersecurity compliance, maintaining an operational availability of 97%. Key responsibilities include the development of a Quality Control Program, adherence to stringent security protocols, and effective management of Government-furnished property. The contractor must achieve defined performance metrics, such as mean time between failures and supply chain performance goals. This contract is structured to span five years with an option for an additional six months, emphasizing collaboration with various stakeholders, including the Canadian Department of Defense and Hawaii Air National Guard. The document specifies key dates for deliverables, security requirements for protecting classified and controlled unclassified information, and mandates compliance with health and safety regulations. Overall, the PWS reflects the government's focus on sustaining and modernizing defense capabilities through effective contractor engagement and resource management.
Attachment 3 - Section L Instructions Conditions and Notices to Offerors_v2.pdf
PDF284 KBSep 10, 2025
AI Summary
This government Request for Proposal (RFP) outlines instructions and conditions for bidders seeking a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Contractor Logistic Support (CLS) sustainment services on the AN/FPS-117 radar program. The award will be based on best value, considering factors like Cost/Price, Technical Proposal, Past Performance, Small Business Participation, and Administrative Material. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) by July 28, 2025, at 1:00 PM MST. The document details specific formatting, content, and page limits for each volume, including requirements for technical knowledge, logistics, quality control, contractor resources, and past performance. Offerors must also provide a Professional Employee Compensation Plan and a Small Business Participation Submission. The RFP emphasizes clear, detailed responses, with specific instructions for handling exceptions, amendments, and potential system outages during submission.
Solicitation - FA821725RB004.pdf
PDF2815 KBSep 10, 2025
AI Summary
This government Request for Proposal (RFP) FA821725RB004 outlines a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for AN/FPS-117 Open Contractor Logistics Support. The contract has a potential ordering period of five years and six months, with a minimum guarantee of $10,000.00 and an estimated maximum of $32,400,000.00. Services include data delivery, program management, engineering and technical support, emergency depot level maintenance (EDLM) for both ACC and Air National Guard, hardware and software procurement, repairs to the AN/FPS-117 Radar System, demilitarization services, training, shipping, travel, and diminishing manufacturing sources and material shortages (DMSMS) services. Pricing arrangements vary, including Firm Fixed Price, Cost Plus Fixed Fee, and Cost No Fee, with specific clauses for limitation of cost/funds and fee reduction based on the level of effort provided by the contractor. The solicitation emphasizes that no award will be made until funds are available, and the government reserves the right to cancel the solicitation.
Attachment 1 - Basic Contract PWS.pdf
PDF1393 KBSep 10, 2025
AI Summary
This Performance Work Statement (PWS) outlines the requirements for a service and supply contract to provide Contractor Logistics Support (CLS) and unscheduled maintenance/repairs for the Atmospheric Early Warning System (AEWS) Program Management Office (PMO). The contract supports the AN/FPS-117 radar system, a long-range air search radar, and its associated subsystems, which are critical for the United States' air defense system. The scope of work includes comprehensive support such as program management, logistics, hardware and software engineering, design, development and testing, emergency maintenance, procurement, and training services. The primary objective is to maintain a system Operational Availability (Ao) of 97% and Authority to Operate (ATO). The contract involves various types, including Firm Fixed Price, Cost Reimbursable No Fee, and Cost-Plus Fixed Fee, with an ordering period of five years and a six-month option. The contractor must adhere to stringent security, quality control, and environmental protection requirements, including compliance with ITAR and USMCA regulations for international operations.
Attachment 2 - CDRLs.pdf
PDF7333 KBSep 10, 2025
AI Summary
The provided file is a technical note indicating that the PDF portfolio is best viewed in specific versions of Adobe Acrobat or Adobe Reader. It suggests users acquire Adobe Reader for optimal experience. As the file contains no substantive content related to government RFPs, federal grants, or state/local RFPs, its purpose is purely informational regarding PDF viewing compatibility.
Attachment 3 - Instructions Conditions and Notices to Offerors.pdf
PDF264 KBSep 10, 2025
AI Summary
The government is seeking proposals for a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Contractor Logistic Support (CLS) sustainment services on the AN/FPS-117 radar program. Proposals must adhere to strict formatting, content, and electronic submission guidelines via the Procurement Integrated Enterprise Environment (PIEE) by July 28, 2025, 1:00 PM MST. The evaluation will focus on five factors: Cost/Price, Technical Proposal, Past Performance, Small Business Participation, and Administrative and Responsibility Material. Offerors must provide detailed information on their technical knowledge, experience, logistics, asset availability, quality control, contractor resources, and customer engagement. Past performance will be assessed based on recent and relevant contracts, while small business participation is an acceptable/unacceptable criterion. Non-compliance with instructions may lead to disqualification.
Attachment 4 - Evaluation Factors for Award.pdf
PDF210 KBSep 10, 2025
AI Summary
The document outlines the evaluation criteria for a competitive, best-value source selection for one Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for the AN/FPS-117 CLS program. The evaluation will follow FAR Part 15, DFARS 215, DoD Source Selection Procedures, and DAFFARS 5315. The government intends to award to the offeror providing the best value, potentially a higher-rated, higher-priced offeror if justified. Five factors will be evaluated: Cost/Price, Technical (with four subfactors: Technical Knowledge and Experience, Logistics and Asset Availability, Quality Control and Training, and Contractor Resources and Stakeholder Engagement), Past Performance, Small Business Participation Submission, and Administrative and Responsibility Material. Non-price factors are significantly more important than cost/price, but cost/price will contribute to the decision. Technical subfactors will receive both a Technical Rating (color-coded) and a Technical Risk Rating. Past performance will be assessed for recency, relevancy, and quality. Small Business Participation and Administrative and Responsibility Material will be rated as acceptable or unacceptable. Eligibility requires compliance with solicitation requirements and FAR Subpart 9.1 responsibility standards. The government intends to award without discussions but reserves the right to conduct them if necessary.
Attachment 5 - Cross Reference Matrix.xlsx
Excel23 KBSep 10, 2025
AI Summary
The provided document, Attachment 5, Cross-Reference Matrix, is a critical component of a government Request for Proposal (RFP), detailing the cross-referencing of various factors, sections, and required submissions across multiple attachments and volumes. It serves as a guide for offerors to ensure completeness and compliance with the solicitation's requirements. The matrix outlines how Cost/Price (Volume I), Technical (Volume II), Past Performance (Volume III), Small Business Participation (Volume IV), and Administrative and Responsibility Material (Volume V) relate to specific sections (L and M), PWS paragraphs, and other attachments. Key elements include pricing matrix, preaward surveys, past performance information, small business subcontracting plans, and various contract forms and certifications, all linked to specific evaluation criteria and submission requirements.
Attachment 6 - Pricing Matrix Worksheet.xlsx
Excel57 KBSep 10, 2025
AI Summary
This government file outlines the requirements for labor rates and contract line item numbers (CLINs) within a federal procurement. It details specific instructions for populating fully burdened hourly labor rates across various categories for six years, emphasizing that these rates will serve as 'not to exceed' for future contract actions. Profit and fee rates are to be applied consistently within each pricing arrangement (FFP, CPFF). The document also provides a comprehensive list of CLINs for program management, engineering services, emergency depot level maintenance (EDLM), diminishing manufacturing sources and material shortages (DMSMS), shipping, and travel, specifying their pricing arrangements (NSP, FFP, CPFF, CRNF) and periods of performance. Additionally, it includes a mapping worksheet that defines government labor categories with example duties and responsibilities, requesting offerors to provide equivalent contractor labor titles.
Attachment 7 - Pre-Award Survey of Prospective Contractor.pdf
PDF155 KBSep 10, 2025
AI Summary
The Pre-Award Survey of Prospective Contractor Accounting System Checklist is a comprehensive document designed to assess a contractor's accounting system for federal government contracts, particularly those involving the Defense Contract Audit Agency (DCAA) and Cost Accounting Standards (CAS). It gathers essential company information, including CAGE code and DCAA contact details, and requires a company principal's signature. The checklist probes the contractor's experience with DCAA audits, CAS compliance, and the system's adherence to Generally Accepted Accounting Principles (GAAP). It also evaluates the accounting system's operational status, readiness for DCAA audits, and its ability to properly segregate and accumulate direct and indirect costs by contract. Furthermore, the survey examines the timekeeping and labor distribution systems, interim cost determination, exclusion of unallowable costs, and the provision of financial information for various contract clauses and progress payments, ultimately ensuring the system's capability to support follow-on acquisitions and Cost-Type contracts.
Attachment 8 - Past Performance Information Sheet.docx
Word48 KBSep 10, 2025
AI Summary
The document, titled 'PAST PERFORMANCE INFORMATION SHEET (PPIS),' serves as a worksheet for offerors to provide detailed past performance information for federal government RFPs, federal grants, and state/local RFPs. Offerors must identify up to three relevant contracts within the last five years, detailing their role (prime, major partner, subcontractor), contract specifics (agency, number, value, period of performance), and a description of the effort. The form requires information on any company/corporate organizational changes affecting the effort's relevance, primary customer points of contact, and unique technical areas. It also mandates a description of the contract's relevancy to the specific RFP (e.g., AN/FPS-117 Sustainment RFP), citing applicable PWS/SOW paragraph numbers. Additionally, offerors must provide information on compliance with FAR 52.219-8 (Utilization of Small Business Concerns), subcontracting plans (planned vs. achieved goals), and details on any major contract issues, corrective actions, and unfavorable performance ratings. The document emphasizes providing frank, concise comments to support the evaluation of an offeror's experience and capabilities.
Attachment 9 - Past Performance Relevancy Baseline.docx
Word25 KBSep 10, 2025
AI Summary
Attachment 9, titled "Past Performance Relevancy Baseline," outlines the criteria for evaluating the relevancy of a contractor's past performance in government proposals. It details three main categories for assessment: Magnitude and Contract Type, Complexity, and Similarity of the Scope. For Magnitude and Contract Type, a contract value of $15M or greater is considered relevant. The Complexity category evaluates performance at multiple geographical locations concurrently and experience with PESA/AESA Radars and sub-systems as relevant. The Similarity of Scope category considers the similarity of products and services for remote arctic locations, personnel knowledge relevant to PWS sections 2.7 and 3.1, and a minimum of three years of performance as relevant. This document serves as a guideline for determining whether a contractor's past experience aligns with the requirements of a current solicitation.
Attachment 10 - Past Performance Questionnaire.docx
Word45 KBSep 10, 2025
AI Summary
This document is a sample Past Performance Questionnaire (PPQ) for the AN/FPS-117 Radar Sustainment Solicitation, issued by the Air Force Life Cycle Management Center. It is part of an RFP for the sustainment of the AN/FPS-117 Atmospheric Radar Early Warning System. The PPQ is designed to collect sensitive information about a contractor's recent and relevant performance, which will be used in a trade-off source selection. Contractors are instructed to send the attached questionnaire to their points of contact (POCs) for past projects. However, completed questionnaires must be returned directly to the Government (christopher.jarman@us.af.mil and cameron.tucker.6@us.af.mil) within two weeks, not to the offeror. The questionnaire covers various aspects of performance, including contract identification, agency and respondent details, and a comprehensive performance evaluation across categories such as Quality of Performance (technical knowledge, cybersecurity, technical data), Logistics and Asset Availability (spare hardware, DMSMS, TT&E, emergency support), Quality Control and Training, Contractor Resources and Stakeholder Engagement, and Cost/Price Performance. It also includes sections for general comments, positive/negative aspects, and a recommendation for future awards. Offerors are responsible for inserting specific contract and company information into the sample letter. The document emphasizes that, when completed, it becomes Source Selection Information IAW FAR 2.101 and 3.104.
Attachment 11 - Awardable Task Order PWS.pdf
PDF227 KBSep 10, 2025
AI Summary
This Performance Work Statement (PWS) outlines the tasks and duties for a Contractor supporting the Atmospheric Early Warning System (AEWS) AN/FPS-117 (V) 1/4 Long Range Radar program. This task order, FA8217-XX-X-XXXX, falls under Indefinite Delivery, Indefinite Quantity (IDIQ) contract FA8217-25-R-B004 for AFLCMC/HBDIA. It invokes specific Contracting Line Item Numbers (CLINs) for data, program management, engineering technical support, emergency services, shipping, and Diminishing Manufacturing Sources and Material Shortages (DMSMS). The PWS defines the Government's requirements for exercising a base year with four option years and an additional six-month option. Work performed must comply with the basic contract's general requirements, program management, DMSMS management, freight and special freight shipping, and emergency depot-level maintenance paragraphs. The Contractor must also provide up to 200 hours of technical engineering support and submit various data deliverables, including a Program Management Plan, Monthly Status Reports, and a Contract Funds Status Report.
PWS Attachment A - AN_FPS-117 Site Locations.pdf
PDF146 KBSep 10, 2025
AI Summary
This document provides a detailed list of AN/FPS 117 radar site locations, including their Site ID, Name, Geographic Location Code, Latitude, Longitude, Regional Zone Address, P.O. Box Addresses, Phone Numbers, and Country/State. The sites are primarily located in Alaska, USA, with additional locations in Hawaii, USA, and various territories in Canada (Yukon, Northwest Territories, and Newfoundland). The Canadian sites are managed by Nasittuq Corporation. Each entry includes specific contact information for the site, often differentiating between a general phone number and a tower-specific number. This information is critical for logistics, maintenance, and operational planning related to these radar facilities, likely serving as a reference for federal government RFPs, grants, or state/local RFPs concerning infrastructure and defense projects.
PWS Attachment B - Memorandum for Alaska Radar System Support.pdf
PDF219 KBSep 10, 2025
AI Summary
The Department of the Air Force's 611th Air Support Squadron issued a memorandum outlining support guidelines for the Alaska Radar System (ARS) in Fiscal Year 2024. This document details procedures for lodging, meals, personnel security, and third-party support services. Key requirements include favorable vetting through a Site Arrival Request (SAR) for all visitors and a Prior Permission Request (PPR) for aircraft landings, with specific rules for commercial and military flights. The memo also covers cargo transportation via USAF scheduled flights, requiring a DD Form 1149 and coordination with JBER TMO. Base Operations Support (BOS) contractor services, such as equipment rental, personnel transport, billeting, and waste disposal, are available through ARCTEC Alaska on a non-interference basis. Fuel purchases and radar downtime requests also have specific protocols. The memorandum emphasizes advance coordination for all services due to the remote nature of ARS sites and provides contact information for inquiries, superseding previous support letters.
PWS Attachment C - PACAF Regional Support Center Site Arrival Request (SAR).pdf
PDF2793 KBSep 10, 2025
AI Summary
The PACAF Regional Support Center Site Arrival Request form is a controlled unclassified information/personal-identifiable information document used to collect detailed data for personnel and aircraft arriving at a PACAF Regional Support Center site. The form covers traveler information, including name, address, contact details, travel dates, purpose, and means of travel. It also extensively details aircraft pre-planned requirements (PPR) such as aircraft type, call sign, tail number, arrival/departure times, and specific support needs like hangar, fuel, and in-flight meals. Additionally, the form requests information on required third-party support, transportation, permits, equipment, supplies, vehicle details, non-aircraft fuel, radar downtime, restricted area access, and firearm information. The document outlines finance billing points of contact for various traveler categories and includes sections for additional information, approval authority, and specific instructions for different traveler types and support agencies, ensuring comprehensive planning and authorization for site arrivals.
PWS Attachment D - Customer Support Request - Third Party Support Request Form.pdf
PDF191 KBSep 10, 2025
AI Summary
The “Customer and Third Party Support Request Form” is a Canadian government document used to request various support services. It categorizes requests into government-directed Customer Support Requests and commercial Third Party Requests. The form details the purpose of the visit, such as inspections, demonstrations, system upgrades, or maintenance, and specifies required support types like rations, quarters, transportation, equipment, personnel, airlift, or fuel. It also requires information on materials, activities, access requirements for specific zones (Operations, Security, COMSEC), and personnel details including security clearance. The form ensures proper documentation and approval for support services by the Canadian government, emphasizing the need for comprehensive details for efficient processing.
PWS Attachment E - Example Comment Resolution Matrix (CRM).xlsx
Excel25 KBSep 10, 2025
AI Summary
The document is a Comment Resolution Matrix for Flex Cable drawings, detailing a process for reviewing and resolving comments on technical drawings. It categorizes comments as Administrative (minor corrections), Substantive (less significant deficiencies), or Critical (major deficiencies affecting implementation). A specific comment from USAF, Joe Myers, categorized as 'Critical,' addresses the omission of a maximum bend radius requirement for the cable drawings. The contractor's response indicates a willingness to add a note specifying the bend radius for all drawings, with different values for various cable groups, thereby accepting the comment and ensuring proper fabrication and field maintenance needs are met.
PWS Attachment F - Example T-2 Document Sections.pdf
PDF119 KBSep 10, 2025
AI Summary
The document outlines a comprehensive set of documentation sections for a modification project, likely within a government or defense context, focusing on federal, state, or local RFPs and grants. It details the entire lifecycle of a modification, from its background and purpose to installation, operational checkout, maintenance, and eventual removal. Key areas covered include supply data, drawings, labor estimates, installation procedures, and rigorous testing, including EMI/EMC. The document emphasizes system safety, environmental qualification, electrical loads analysis, and cybersecurity considerations, including impact evaluations and certification. Furthermore, it addresses configuration control, data management, and the necessity of certifications, test plans, and reports. The appendices provide additional procedural details and definitions, highlighting a meticulous approach to documenting all aspects of system modification and its implications.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 30, 2025
amendedLatest Amendment· Description UpdatedSep 10, 2025
deadlineResponse DeadlineSep 15, 2025
expiryArchive DateSep 15, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8217 AFLCMC HBDK

Point of Contact

Name
Christopher Jarman

Place of Performance

Hill Air Force Base, Utah, UNITED STATES

Official Sources