Search Contract Opportunities

Alaska Radar System Operations and Maintenance   3

ID: FA521524R0006 • Type: Presolicitation

Description

Posted: Sept. 24, 2024, 4:53 p.m. EDT

UPDATE: Presolicitation Notice

The original synopis is still in effect except for the following estimated RFP issue date: "A formal Request for Proposal will be issued in October 2024, no later than 31 October 2024 on the System for Award Management (SAM) web site at http://www.sam.gov."

Presolicitation Notice

This preliminary announcement serves as a notice of proposed contract action regarding the Operations and Maintenance (O&M) Services for the Alaska Radar System (ARS) at Joint Base Elmendorf-Richardson (JBER), Alaska.

The official solicitation number of record is: FA5215-24-R-0006.

A formal Request for Proposal will be issued on or about 27 August 2024 on the System for Award Management (SAM) web site at http://www.sam.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. This notice allows for potential offerors to judge whether or how they can satisfy the Government's requirement and increase the efficiency in their proposal preparation. This notice of intent does not in itself represent the issuing of a formal request for proposal and is not intended to be taken as such.

The requirement consists of operations and maintenance of 15 geographically separated radar sites (accessible by air and/or seasonal barge), three remote radio sites, and the Maintenance Control and Communications Center (MC3) activities of the Regional Air Operations Center (RAOC) at Joint Base Elmendorf-Richardson. The radar O&M includes fifteen AN/FPS-117 long range radars in direct support of the North American Aerospace Defense Command (NORAD) and the United States Northern Command (USNORTHCOM) mission for air sovereignty within Alaska and provide civil aircraft information to the Federal Aviation Administration (FAA). The requirement also includes the operation and maintenance of government facilities, seven gravel airstrips, gravel access roads, utilities, water/wastewater systems, power generation, environmental management, snow removal, transportation, weather observation, logistics support, billeting services, dining facility services, and third-party support for other federal and state agencies.

This requirement will be solicited for full and open competition (unrestricted) and is considered performance-based, non-commercial services. The solicitation will be issued as a Request for Proposal (RFP), which is expected to result in a single award Firm-Fixed-Price (FFP) contract. The period of performance for this requirement is 29 September 2025 to 28 September 2037 (if all options are exercised). The estimated contract length consists of a 12-month phase-in base period, followed by 10 one-year options and a 12-month phase-out period for a total of 12 years; however, options are not required to be exercised. The North American Industry Classification (NAICS) Codes for this procurement are 561210 with a small business size standard of $47.0M and 517810 with a small business size standard of $40.0M.

In accordance with DAFMAN 16-201, the Contracting Officer hereby advises foreign contractors that foreign participation is not permitted on this requirement.

NOTE: All prospective contractors must be registered in System for Award Management (SAM) in order to be eligible for contract award. Registration may take up to three weeks to complete, so immediate attention to ensure eligibility is recommended. For registration, go to http://www.sam.gov and follow the instructions.

The solicitation will be available through the on the System for Award Management (SAM) web site at http://www.sam.gov. The site provides down-loading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely though the SAM.gov site. Interested parties are responsible for monitoring the site to ensure that they have the most up-to-date information about the acquisition.

All questions related to this presolicitation notice and the official solicitation must be in writing via electronic means to the individuals addressed in the this notice and official RFP. All correspondence for the solicitation will be through electronic means to the individuals addressed in the this notice and the official RFP. Questions will not be taken telephonically.

Posted: July 10, 2024, 11:15 p.m. EDT

Overview

Response Deadline
None
Posted
July 10, 2024, 11:15 p.m. EDT (updated: Sept. 24, 2024, 4:53 p.m. EDT)
Set Aside
None
Place of Performance
AK 99506 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
Odds of Award
64%
On 7/10/24 Pacific Air Forces issued Presolicitation FA521524R0006 for Alaska Radar System Operations and Maintenance. The opportunity was issued full & open with NAICS 561210 and PSC R499.
Primary Contact
Name
Capt Chelsea J. Belford   Profile
Phone
None

Secondary Contact

Name
Lucian A. Reaves   Profile
Phone
None

Documents

Posted documents for Presolicitation FA521524R0006

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation FA521524R0006

Incumbent or Similar Awards

Contracts Similar to Presolicitation FA521524R0006

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA521524R0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA521524R0006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PACAF > FA5215 766 ESS PKP
FPDS Organization Code
5700-FA5215
Source Organization Code
100266671
Last Updated
Sept. 24, 2024
Last Updated By
lucian.reaves@us.af.mil
Archive Date
Oct. 1, 2025