SOURCES SOUGHT
D -- AIR TRAFFIC CONTROL TOWER SYSTEMS RELOCATION
- Notice Date
- 12/17/2013
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
- ZIP Code
- 92518-1650
- Solicitation Number
- FA4664-14-R-0351
- Archive Date
- 1/15/2014
- Point of Contact
- Jason E. McCook, Phone: 9516555298, Tashell Richmond, Phone: 9516555386
- E-Mail Address
-
jason.mccook@us.af.mil, tashell.richmond@us.af.mil
(jason.mccook@us.af.mil, tashell.richmond@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes." This Sources Sought (SS) Notice/Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. PURPOSE: March ARB is conducting market research and seeking written responses with information to assist the Government in identifying potential sources that are interested and capable of performing the work summarized in the scope herein. This is not a Statement of Work (SOW) and is only intended to provide interested parties with a brief description and basic understanding of the prospective nature of work required. REQUIREMENT: The 452nd Operational Contracting Office is in the process of planning a possible procurement for the relocation of the Air Traffic Control Tower (ATCT), Ground Control Approach (GCA), Weather Systems (WX), and Air Traffic Control and Landing Systems (ATCALS) communications equipment at March Air Reserve Base, California. SCOPE: The new consolidated ATCT is under construction with an anticipated turnover to the Government on approximately 03/03/2014. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform the systems relocation. The Contractor shall engineer, furnish, install and test (EFI&T) to accomplish a turn-key operation of the relocation and reconnection of government Air Traffic Control and Landing Systems (ATCALS) communications equipment, weather system (WX), and Ground Control Approach (GCA) to the new Air Traffic Control Tower (ATCT). The relocation effort will entail de-installing and reinstalling all of the equipment used by the ATCT/ATCALS, WX, and GCA personnel to manage the day to day Flight Operations at March ARB CA. The equipment systems listed herein represents the major equipment components and shall not be construed as an all encompassing list of the equipment that needs to be relocated to the new tower: ATCT/ATCALS includes: ETVS systems, STARS system, FDIO, DVRS / DALR system, Air Field Automated System, ILS & TACAN monitors/Alarm, Flight Data and Clearance Delivery FD/CD monitor, GRA-115 Remote Control Unit, GPN-30 Remote Control Panel and associated equipment, Automation Terminal Information Service system, back-up radios (AN-GRT/GRR/GRC series), XTL5000 base stations, LMR CMA Net Radio, and related equipment. Weather System includes: AN/FMQ-19(V) AMS system, Joint Environment Toolkit (JET) server, standalone CPU, monitor, one UHF Radio Set, and related equipment. GCA System includes: ETVS system, DASR SIU/OMT, STARS system, DVRS, FDIO, Site Support Server (SSS), Monitor Station, GPN-30, GRA-115, Flight Data and Clearance Delivery FD/CD, operation and training TCWs consoles and canopies, Watch Supervisor Unit, Air Field Automation System, back-up radios (AN-GRT/GRR/GRC series), and other related equipment. QUALIFICATIONS: The Contractor shall be able to provide proof of having a minimum of 3-years of experience performing the relocation of the types of systems specified herein. DISCLAIMER: This SS/RFI notice is issued solely for information and planning purposes only and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent to obtain additional information. ADDITIANAL INFO: Responses from intersted/responsible parties are due no later than 9:00 am PST on 31 December 2013. Responses may be submitted via e-mail or postal marked mail. All responses must be e-mailed to both jason.mccook@us.af.mil and tashell.richmond@us.af.mil (subject: FA4664-14-R-0351), or mailed directly to: 452nd Operational Contracting Office, 1940 Graeber St., Bldg 449, March ARB,CA 92518-1650 Attention: Jason McCook and Tashell Richmond.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA4664-14-R-0351/listing.html)
- Record
- SN03253570-W 20131219/131217235507-9b23ff326482fdfaea14bcd66ded6e7d (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 |