SOLICITATION NOTICE
58 -- RFI -Radar Approach Control (RAPCON)
- Notice Date
- 1/10/2020 10:55:27 AM
- Notice Type
- Presolicitation
- Contracting Office
- FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731 USA
- ZIP Code
- 01731
- Solicitation Number
- KUWAIT-RAPCON-RFI
- Response Due
- 1/31/2020 12:00:00 PM
- Archive Date
- 02/01/2020
- Point of Contact
- Denis Grenier, Phone: 7812252183, Richard Axtell Jr, Phone: 7812259066
- E-Mail Address
-
denis.grenier@us.af.mil, Richard.axtell.2@us.af.mil
(denis.grenier@us.af.mil, Richard.axtell.2@us.af.mil)
- Description
- Sources Sought/Request for Information Kuwait Air Force Radar Approach Control (RAPCON) This is not a solicitation, but rather a Sources Sought/Request for Information to identify companies that can build a RAPCON within an available building space for the Kuwait Air Force (KAF). The purpose of this Sources Sought notice is to identify companies that have experience developing a RAPCON from commercial off-the-shelf (COTS) systems. The United States Air Force (USAF) Air Force Life Cycle Management Center's (AFLCMC) Battle Management Directorate (BM), Aerospace Management Systems Division (HBA), Foreign Military Sales (HBAN) Program Office, located at Hanscom Air Force Base (AFB), Massachusetts, is requesting information from industry to assist in the planning and development of a RAPCON for the KAF. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication the USAF or AFLCMC will contract for the items contained in this Request for Information (RFI). AFLCMC will not pay respondents for information provided in response to this RFI. The RAPCON must provide two basic functions: airport surveillance radar and radio voice communications in a conventional fixed-base configuration, with robust support systems that support 24/7 operations, as typical for any USAF RAPCON.� All RAPCON systems must be commercial off-the-shelf (COTS)/non development items (NDI). The respondents must address the following requirements and provide documented evidence in their responses: RAPCON building development: Build an air traffic control (ATC) Equipment Room Build an ATC Operations Room Build (or extend from existing) ATC electrical power systems Uninterruptable Power Supply (UPS) 200% of the calculated ATC systems electrical load, with UPS distribution panel, Operations Room subpanel and Equipment Room subpanel Branch UPS circuits to feed all ATC system, 50% future use circuits Backup generator set (GenSet) sized to provide support to ATC systems with automatic transfer switch (ATS) Automatic voltage regulator (AVR) Add lightning and grounding protection required for RAPCON Equipment Room and Operations Room Overhead or subfloor electrical power cable ladder network and communication cable ladder network, for connectivity between Operations Room, Equipment Room and existing building communications room Cable ladder network for radio frequency (RF) cable, for connectivity between RF systems and antenna tower (to be defined below) Nine (9) Operation Room ATC positions Steel Operation Room consoles 4ea Operator (OPS) positions 4ea OPS Assistant (ASST) positions 1ea� Watch Supervisor (WS) position Airport Surveillance Radar (ASR) field sensor/site electronics including Primary Surveillance Radar (PSR) and Secondary Surveillance Radar (SSR), including: Site development: concrete foundation, infrastructure electrical power, infrastructure communications & site grounding/lightning protection Backup GenSet) with ATS Electrical power systems with UPS and AVR Electronics shelter with dual redundant environmental control units (ECUs) Five (5) ASR radar display workstations 4ea OPS workstations & 1ea WS workstation OPTION: Additional ASR radar display workstations: 2ea ASR radar display workstations for each KAF-designated existing ATC Tower Electronics, power and communications subsystems and telecommunication service requirements necessary to support ASR radar display workstations, operations Voice communication and control switch (VCCS) system, with 9ea Touch Entry Device (TED) workstations (plus one complete spare), each including headset, telephone handset, jackbox and speakers 20 radio interfaces, 15 position interfaces, 20 telephone interfaces System installation will include connection to approximately 20 telephone circuits and test Digital Voice Recorder (DVR) (may be included in the VCCS), with 48 recording channels for radios, telephone and ATC position recording Ten (10) Ultra High Frequency/Very High Frequency (UHF)/VHF) ATC radio systems (mix of primary and backup radios) Radio control and configuration computer Antennas with lightning/surge suppressors, One (1) 50-foot (nominal, pending survey) platform-top antenna tower with adequate space for 10 radio antennas, including: RF cable ladder Antenna mounts Foundation Grounding and lightning protection GPS timing device (GPS receiver/antenna with time displays for all positions Annual cost and plan for Contractor Logistics Support (CLS) and maintenance for the equipment/systems Familiarity Training for Operators and Maintainers for KAF designated trainees with Technical Manuals in English for all equipment/systems under this contract All associated civil works and infrastructure (approx. 2 miles trenching) work for radio antenna tower and ASR site 5 years of spare parts and consumables Systems delivery to designated sites, with all customs expenses Contract will include systems installation, factory acceptance tests (FATs), system acceptance tests (SATs) and Flight Certification (FC) for ASR (and radios as incidental part of the FC) All responses to be sent electronically. Request that all responders notify the POC identified below in this RFI by 31 Jan�2020�that a response will be submitted in order for the Government to initiate its research and all responses must be received by 31 Jan 2020. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. Responses shall be 60 pages or less. All RFI responses and correspondence, including pricing information, related to this matter should be provided in the English Language and e-mailed, or mailed to: AFLCMC/HBAK, Attn: Richard L. Axtell, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103. Questions concerning this RFI should be directed to Richard L. Axtell via email at richard.axtell.1@us.af.mil, or by phone at (781)225-9066. Contracting Office Address: AFLCMC/HBAK, 75 Vandenberg Drive, Hanscom Air Force Base (AFB), MA 01731-2103 United States Primary Point of Contact: Richard Axtell Contracting Officer richard.axtell.2@us.af.mil Phone: 781-225-9066 Secondary Point of Contact: Denis Grenier Contract Specialist denis.grenier@us.af.mil Phone: 781-225-2183
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d39a943329934ce58ffc4d2d475bd50d/view)
- Place of Performance
- Address: KWT
- Country: KWT
- Country: KWT
- Record
- SN05532052-F 20200112/200110230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |