Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2012 FBO #3814
SPECIAL NOTICE

70 -- Alpena CRTC IDS5 Migration

Notice Date
5/2/2012
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
CRTC-Alpena/MSC Office, Michigan Air National Guard, 5884 A Street, Alpena, MI 49707-8125
 
ZIP Code
49707-8125
 
Solicitation Number
W912JB12T9006
 
Archive Date
5/2/2013
 
Point of Contact
Jonathan Bodus, 989-354-6586
 
E-Mail Address
CRTC-Alpena/MSC Office
(jonathan.bodus@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Alpena Combat Readiness Training Center (CRTC), Alpena, MI 49707-8125 hereby formally announces the intent to award a firm-fixed price purchase order on a sole source basis to Systems Atlanta, Inc (SAI). The CRTC requires SAI to (1) migrate the existing IDS5 hardware, software (considered GFE items) onto the Alpena Local Area Network (LAN). The migration will result in one Alpena Airfield Automation System (AFAS) network composed of Air Traffic Control, Airfield Management, Security Forces, and Range Control (at Grayling Range). (2) Provide 4 (EA) IDS5/AFAS workstation Package Add-on, which includes: one (1) IDS5 Software License v1.4, one (1) IDS5 Windows Mini Workstation (AFAS Compliant) - System Admin Configuration, one (1) IDS5 System Sub-Administrator Upgrade Package, two (2) SAI 22" SAW Touch Display, Speaker, Powered USB - Widescreen, one (1) LAN surge protector - one outlet, one (1) Backup 500VA Uninterruptible Power Supply (UPS), In-House Configuration and Testing Services; RMM Reconfiguration, On-Site Installation / Integration (in conjunction with migration visit), On-Site Delivery, and Three (3) Years Hardware Warranty / Telephonic Support. (3) Provide 2 (EA) seats to attend the In-House Advanced Administrator /Maintenance Course consisting of a three-day program held at SAI's training facility in metro Atlanta, Hands-on training and interaction with peers, Dedicated workstation for each participant, Experienced, professional instructors, and opportunity to reinforce skills, learn advanced features, and practice maintaining and troubleshooting your IDS5 system for optimum results and a full return on investment. (DOES NOT INCLUDE TRAVEL EXPENSES). And (4) provide IDS5 Digital Range Information System (RIS), which includes: one (1) Digital RIS Software License (includes Redundant Stand-by software), one (1) Digital RIS Transmitter (Radio Interface Unit), one (1) Audio Recording Hardware (includes cables), one (1) Microphone (includes cables and stereo adapter), telephonic Site Survey; Information Request Form (IRF), On-Site Installation and Training for site personnel; up to Two (2) Days, Stand-Alone Configuration - No Interface to IDS5/AFAS, and No IDS5 Workstations. The proposed contract action is for Non-Developmental, commercially available equipment/software and vendor (in-house) services for which the Air Force intends to solicit and negotiate with only one source under the authority of the Federal Acquisition Regulation (FAR) 6.302-1. This acquisition is a follow-on effort to purchase order DAHA20-03-P-9007, W912JB-08-P-9026, and W912JB-09-P-9003, for the previous purchases of the IDS5 system. This is a follow-on of the Air Force Flight Standards Agency (AFFSA) initiative to standardize all Air Traffic Control facilities AF-wide with the (SAI's IDS5 platform). This solicitation is unrestricted for all business concerns qualified under the North American Industrial Classification System (NAICS) code 511210. This notice of intent is NOT a request for competitive proposals; however, all interested venders that identify to the Contracting Officer their intent and capabilities to satisfy the Government's requirement with commercial items and are received with 15 days after the date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested venders contact MSgt Jonathan Bodus at jonathan.bodus@ang.af.mil, with questions and information their company capabilities. Please provide responses in writing via e-mail no later than 16 May 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB12T9006/listing.html)
 
Record
SN02736912-W 20120504/120502235135-6a16cad97d7c58766c9644d9ce4eba88 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.