Skip to main content

An official website of the United States government

You have 2 new alerts

Justification: Deep Space Advanced Radar Capability (DARC) Sites 2 and 3

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Award Details

  • Contract Award Date: Aug 23, 2024
  • Contract Award Number: FA8820-24-C-B001
  • Task/Delivery Order Number:
  • Modification Number:
  • Contractor Awarded Unique Entity ID:

General Information

  • Contract Opportunity Type: Justification (Original)
  • Original Published Date: Sep 09, 2024 07:12 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 20, 2024
  • Authority: FAR 6.302-1 - Only one responsible source (except brand name)
  • Initiative:
    • None

Classification

  • Product Service Code: AC35 - NATIONAL DEFENSE R&D SVCS; DEFENSE-RELATED ACTIVITIES; R&D FACILITIES & MAJ EQUIP
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Colorado Springs , CO 80914
    USA

Description

The DARC program is part of a larger effort of moving towards a resilient space enterprise in our nation's Space Domain Awareness (SDA) capabilities able to deter aggression. The DARC Program of Record effort will build and install a pseudo-monostatic ground-based radar system. It will coherently combine the pseudo-monostatic array of steerable parabolic antennas. The DARC system will affordably field advanced, 24/7, all-weather capabilities in a ground-based radar required to counter emerging threats and to support tactical timelines defined for Strategic Space Defense and for the Space Warfighting Construct. The DARC radar system will provide global coverage for High Value Asset (HVA) clearing (neighborhood watch) frequent revisits supporting persistent custody and provide custody of foreign launch and continuous tracking from launch to geosynchronous orbit including engagement support. DARC provides a unique capability that is critical to ensure the Space Force and DoD are able to successfully execute the SDA mission. More detailed information on the SDA mission analysis, threat, and operational acceptance need dates identified below is classified. The complete DARC system will consist of 3 geographically dispersed sites approximately 120 degrees apart for world-wide GEO belt coverage. The Under Secretary of Defense for Acquisition and Sustainment (USD(A&S)) approved DARC Site 1 to proceed as a Middle Tier Acquisition (MTA) Rapid Prototype. DARC Sites 2 and 3 are planned to be acquired via the Major Capability Acquisition (MCA) pathway.

This acquisition will consist of the complete fielding of Sites 2 and 3; contractor logistics support for operations and support for all 3 Sites and Mission Operations Center (MOC) (Site 1 CLS limited to 2 years following Site 1 operational acceptance; Sites 2 and 3 CLS limited to 1 year each following each site operational acceptance); and the training of site operations and maintenance personnel for all 3 Sites and the MOC. The estimated contract award date for this Fielding action is Dec 2023 or 1 Qtr CY24 at the latest. The required Site 2 Operational Acceptance (OA) date is June 2028 and Site 3 QA is June 2029.

The two critical path items to meet the Site 2 operational capability date are production of the hardware subsystems and site construction. For example, the twenty-seven 15-meter dish antennas are currently the longest lead-time subsystem. Long- lead material for the antennas must be ordered NLT 2 Qtr 2024 (CY) such that all 27 antennas can be produced, delivered to site, and installed NLT 3 Qtr 2026 (CY) so that integration and test activities can begin NLT 1 Qtr 2027 (CY) to meet the operational capability date. The Architecture and Engineering (A&E) design, long- lead construction material orders, and approval processes must begin NLT 2 Qtr 2024 (CY) so that integration and test activities can begin 1 Qtr 2027 (CY).

The Government obtained Government Purpose Rights to Intellectual Property for Site 1 and expects the same for Sites 2 and 3. The Government will obtain the minimum rights sufficient to operate, train, maintain and install new equipment and 3rd party software in an Open Systems Architecture environment. If contractor asserts other than Government Purpose Rights, the RFP will include Firm Fixed Price "Data Rights" Option CLIN for the Government Purpose Rights level requested by the Government. The Government will specify a minimum of Government Purpose Rights for source code, documentation, and development artifacts consistent with DARC Site 1.

Contact Information

Contracting Office Address

  • CP 310 653 1748 1050 E STEWART AVE
  • PETERSON SFB , CO 80914
  • USA

Primary Point of Contact

Secondary Point of Contact





History