AIR ROUTE SURVEILLANCE RADAR VERSION 4 REPLACEMENT- HAWAII (ARSR4R-HI) Problem Statement
ID: A013572-05Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2330 ARSPC MGNT SYSTMS AFLCMC/HBAHANSCOM AFB, MA, 01731, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Air Route Surveillance Radar Version 4 Replacement program in Hawaii (ARSR4R-HI). This opportunity involves the development of a Problem Statement for Phase 1 of the program, which includes classified information that requires strict safeguarding measures to protect sensitive data marked as No Foreign Dissemination (NOFORN). The ARSR4R-HI program is critical for enhancing air traffic surveillance capabilities, ensuring the safety and efficiency of airspace management. Interested contractors must submit a series of documents, including a Non-Disclosure Agreement and a NOFORN safeguarding plan, by September 18, 2024, to receive the solicitation documents, with the initial release scheduled for August 5, 2024. For further inquiries, contact Nathan Childs at nathan.childs.3@us.af.mil or Douglas Goon at douglas.goon@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Non-Disclosure Agreement (NDA) serves to protect sensitive program information related to federal government requests for proposals (RFPs) and grants. The document outlines the obligations of the Recipient regarding information that cannot be disclosed to foreign entities (classified as NOFORN). Key provisions include a sworn commitment by the Recipient to refrain from sharing sensitive information without proper approval, and the requirement to disclose any unauthorized information breaches to the appropriate authorities. The NDA mandates that the information is only accessible to verified U.S. citizens with a need to know and establishes that all subcontractors must also comply with these terms. The Recipient agrees to implement protective measures for sensitive information and is obligated to destroy all related data within 30 days following the agreement’s completion. This NDA reflects stringent security protocols necessary in the context of federal government contracts and emphasizes compliance with existing laws on classified information and whistleblower protections, highlighting the critical nature of safeguarding sensitive information within government projects.
    Similar Opportunities
    Surface Movement Radar, Model 4 , Replacement for Airport Surface Detection Equipment Model 3 Surface Movement Radar (ASDE-3 SMR)
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Aviation Administration (FAA), for the procurement of Surface Movement Radar, Model 4, as a replacement for the Airport Surface Detection Equipment Model 3 Surface Movement Radar (ASDE-3 SMR). The purpose of this procurement is to install SMR4s at up to 34 locations and integrate them into the FAA's existing Surface Surveillance Systems. The procurement includes the purchase of SMR4 hardware and software, development of an interface between SMR4 and the Surface Surveillance Systems, testing of SMR4 to meet all requirements, removal and disposal of ASDE-3 SMRs, design and installation of a cover for the tower roof, and provision of support services. The FAA is seeking cost information and trends from industry to improve the subsequent Screening Information Request/Request for Proposal (SIR/RFP). The RFI deadlines are November 7, 2022, for clarification questions and November 21, 2022, at 5:00 PM for vendor responses.
    58--RECEIVER-TRANSMITTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of Receiver-Transmitter units, identified by NSN 7RH 5841 016691341 and P/N 300A380-4. The requirement includes a total quantity of 15 units, with a specific emphasis on compliance with various quality and delivery standards, including a desired delivery timeframe of 90 days or less. These units are critical for radar equipment used in airborne applications, underscoring their importance in defense operations. Interested vendors must submit their proposals via email to Dana Scott at dana.l.scott14.civ@us.navy.mil by September 19, 2024, and must adhere to the source approval process outlined in the NAVSUP WSS Source Approval Brochure.
    ADAPTIVE FUSION, & REASONING OF MULTI-SOURCE DATA (AFAR)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking innovative approaches for the fusion, analysis, and reasoning of multi-source data to advance their analytical operations in support of their Command, Control, Communications, Computers and Intelligence (C4I) and Cyber Science mission. The procurement is for Adaptive Fusion, Analysis & Reasoning of multi-source data (AFAR). The Air Force Research Laboratory, Information Directorate is looking for solutions in three research areas: Adaptive Knowledge and Information for Target Analysis (AKITA), Enhancing Moving Target Engagement at Scale (EMoTES), and Publicly Available Information (PAI) Ensemble Fusion (PEF). The total funding for this procurement is approximately $25M, with individual awards ranging from $500K to $1.5M. Multiple awards are anticipated, and the type of instruments that may be awarded include FAR based Procurement contracts, CFR based grants, cooperative agreements, or other transactions (OT) under 10 USC 4021, 10 USC 4022, and 10 USC 4023. For more information, contact John Spina at john.spina@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE: CHARACTERIZATION AND ASSESSMENT FOR SPACE DOMAIN AWARENESS (SDA)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking research for the design, development, and testing of technologies to support Space Domain Awareness (SDA) and Space Superiority. The research will focus on intelligent tasking, collection, processing, exploitation, analysis, and dissemination of data/information. The estimated funding for this project is approximately $99M, with individual awards ranging from $1M to $10M. Multiple awards are anticipated, and the type of instruments that may be awarded include procurement contracts or other transactions. Interested parties should submit white papers to the specified Technical Point of Contact. For more details, refer to the attached document.
    ADVANCING SYSTEMS OF SYSTEMS TECHNOLOGIES FOR RAPID ADOPTION (ASTRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, has issued an Advanced Research Announcement (ARA) titled "Advancing Systems of Systems Technologies for Rapid Adoption (ASTRA)." The goal is to encourage innovative research and development to enhance the rapid integration of diverse systems and subsystems into cohesive Systems of Systems (SoS). This effort aims to improve military effectiveness and ensure U.S. superiority by streamlining the adoption of emerging technologies. The Air Force seeks proposals for developing software prototypes, employing open system architectures, and conducting integration events for U.S. military systems. The focus should be on enhancing the System-of-systems Technology Integration Tool Chain for Heterogeneous Electronic Systems (STITCHES) and designing a DevOps government cloud-based platform. Offerors should demonstrate an understanding of the Air Force's requirements and present their capabilities to rapidly integrate new technologies across platforms. The ARA has an open two-step submission process. Step one involves submitting 3–5 page white papers by the following recommended deadlines: October 27, 2023 for FY24; September 16, 2024 for FY25; September 15, 2025 for FY26; September 15, 2026 for FY27; and September 15, 2027 for FY28. The final extended deadline is July 24, 2028. These white papers will be evaluated based on scientific merit, cost effectiveness, and alignment with the stated focus areas. Selected offerors may then be invited to submit formal proposals. It is anticipated that multiple awards will be granted through FAR-based procurement contracts or Other Transactions. Individual awards will typically range from $1 million to $25 million but may reach up to $49.9 million. The total estimated funding for this ARA is $200 million. Offerors are encouraged to communicate with the Technical Point of Contact, Gerard Wohlrab, for technical inquiries and with Amber Buckley, the contracting officer, for business-related questions. All submissions and communications should reference the ARA number and title.
    36 OG/OSS – Clearance Delivery and Ground Control Radios
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of General Dynamics Mission Systems CM-350 radios, specifically designed for clearance delivery and ground control applications. The requirement includes two units each of Ultra High Frequency (UHF) and Very High Frequency (VHF) transceivers, along with four Remote Control Units (RCU), aimed at enhancing communication capabilities and ensuring compatibility with existing systems at Andersen Air Force Base in Guam. This procurement is critical for maintaining operational effectiveness in military communications, with proposals due by September 21, 2024, at 11:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to contact Louella Navarrete or TSgt Benjamin Albers for further details.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Active
    Dept Of Defense
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    B-2 RAZR Programming and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Materiel Command, is seeking qualified contractors for the B-2 RAZR Programming and Maintenance project, aimed at adapting the Resonant Adaptable Zonal Radar (RAZR) system for radar cross-section (RCS) measurement of B-2 aircraft components at Hill Air Force Base. The primary objectives include evaluating existing equipment, integrating it with the RAZR system, and developing functional operational setups for data collection, with initial operations planned in Building 1424 and a relocation to the Composite Aircraft Antenna Calibration Facility (CAACF) expected by September 2025. This contract is crucial for enhancing RCS testing capabilities while ensuring compliance with safety and environmental regulations, as well as providing necessary training for government personnel. Interested parties should direct inquiries to Lt. Quinn Walsh at quinn.walsh.2@us.af.mil by September 16, 2024, and refer to the updated Draft Statement of Work for further details.
    AEWS USAF Long Range Radar System
    Active
    Dept Of Defense
    The Department of the Air Force is seeking information from vendors regarding the Atmospheric Early Warning Systems (AEWS) and Long Range Radar Systems to support the United States Air Force (USAF). The procurement aims to identify innovative and cost-effective radar solutions, as well as life cycle sustainment services, logistics support, and cybersecurity services. Vendors are expected to demonstrate competencies in hardware repair, software integration, program management, and technical documentation, with an understanding of electromagnetic wave theory and system engineering principles. Interested parties should submit their capability statements electronically to the designated contacts, Christopher Jarman and Heather Ball, by the specified deadlines, as this effort serves as market research and does not guarantee any contracts at this time.