SOURCES SOUGHT
99 -- RFI - Tactical Air Navigation (TACAN) System for the Royal Jordanian Air Force
- Notice Date
- 5/19/2021 6:21:59 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- RFI-Jordan-TACAN
- Response Due
- 6/21/2021 2:00:00 PM
- Archive Date
- 07/06/2021
- 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
- Any information submitted by respondents to this request is strictly voluntary. All information received from this RFI will be used for planning and market research purposes only. We will treat your response to this RFI as information. The information provided may be used by the Air Force to develop an acquisition strategy, statement of work, statement of objectives, and performance work statement and associated specifications.� Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties� expense. All submissions become Government property and will not be returned. Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. To the maximum extent possible, please submit non- proprietary information. Any proprietary information submitted should be identified as such and will be handled accordingly and protected from disclosure. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for damages related to proprietary information that is not properly identified. Any submissions in response to this RFI constitutes consent for that submission to be reviewed by Government personnel and Advisory & Assistance Services (A&AS) Contractor employees supporting AFLCMC/HB. The responses may be forwarded to other Government entities in consideration for applicability to other programs. All Government and DoD contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. All members of the government and contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligation to afford protection under the Trade Secrets Act, 18 U.S.C. 1905.� 1.0 Introduction The Foreign Military Sales Branch (AFLCMC/HBAN) is seeking information regarding the acquisition of one (1) TACAN System, for a future program that provides a Navigational Aids (NAVAIDS) upgrade to the Royal Jordanian Air Force (RJAF).� � 1.1 Vision: The new TACAN subsystem will replace the legacy TACAN subsystem in an already existing VORTAC which includes the SELEX 1150A with four Alford-Loop Antenna.� It will be compatible with the FAA standard and with all existing airborne TACAN systems. 1.2 Purpose: HBAN�s aim is to ascertain existing industry capacity to provide a single TACAN system and available options and estimated cost and schedule. 1.3 Goals & Objectives: 1.3.1 A Request for Proposal (RFP) may be released sometime after RFI responses are reviewed. �The period of performance for any potential contract effort as a result of this RFI will be dependent on the offered solutions.� The RJAF has provided the following specification and system requirements: Fixed Base Station Dual Transmitter. High Stability and Accuracy (DME �0.5 NM, Azimuth �lQ)_ Handle minimum (100) Aircrafts (Interrogators). 24 Hours 7 days' continuous operations. TACAN Output Power must be more than lKW (adjustable) Omni-directional Antenna Monitoring system (RF signals, AC DC voltages, North burst, etc.). System Primary Power Source (220 V AC/ 50 Hz) with Backup Batteries as STBY Power Source. Fiberglass VORTAC Type RADOME for the TACAN antenna collocated with already existing VOR Four Alford-Loop Antenna. Remote Control Statues Unit (RCSU) (installed at the Communication Equipment Room at the Air Traffic Control (ATC)) Remote Statues Indicator (RSI) (Installed at the ATC Tower Cap). Site Survey conducted by System Vender. Recommended spare part Kit for the TACAN System and Antenna. Recommended Test Equipment Kit. Three (3) Copies of Operation, Maintenance and Circuit Diagram Manuals (Soft+ Hard) Copies. Operation and Maintenance Training for (6) Students at the Company Facility (Travel and Lodging (TLA) provided by USG)). Factory Acceptance Test (FAT) for (4 RJAF attendee, TLA provided by USG) Site Acceptance Test (SAT). Commissioning Flight Check Support from the Company System Warranty for one (1) year starting from the date of System Commissioning (after flight check inspection). o No warranty extension or special support contract is required 2.0 Questions 2.1 For any yes/no questions, please describe, to the extent possible, how you perform the activity and/or service in question. Interested potential sources should respond by identifying: Interest in this effort. Small business status; including small, small-disadvantaged, women-owned, Historically Underutilized Business Zone (HUBZone) and/or service-disabled veteran, and covering all socio-economic programs. Interested potential sources should identify their capabilities and recent experience (last 5 years) in providing NAVAIDS systems similar to the capabilities listed in 1.3.1 of this RFI.� Responses should address: Existing solutions that provide capabilities as described If not completely satisfied, capability to alter the solution to satisfy the needs of the government. If not completely satisfied, time required to alter solution to satisfy the needs of the government. Experience in training different skills levels in use and mastery of provided solutions. Experience in solutions successfully supporting sustainment efforts of physical GFE or other equipment operations. 2.2 In delineating previous experience, identify the complexity, scope, dollar value, start and end dates of the effort, customer point of contact. Relate scope to the requirements identified above and describe breath of experience in delivering similar systems. 2.3 In addition to detailing how the proposed solution meets all performance requirements, please provide a response to the following questions: ����������� a.�� What is the estimated cost of the proposed solution? What is timeline or schedule is required to deliver the proposed solution and complete the performance requirements? 3.0 Responses Please submit responses to this RFI by e-mail to the Contract Specialist and Acquisition Program Manager no later than 1500 hours Eastern Time on 10 June 2021. Responses shall not exceed fifteen (25) 8.5.x11 inch, single spaced, single sided pages in length and should be an UNCLASSIFIED PDF. The font shall be 12pt Times New Roman. Mr. Richard Axtell, Contract Officer, Email: richard.axtell.2@us.af.mil Mr. Denis Grenier, Contract Specialist, Email: denis.grenier@us.af.mil Mr. Edmond Wong, Program Manager, Email: edmund.wong.1@us.af.mil The information should also include the following business contact information on a cover letter: Company Name CAGE Code and DUNS number Point of Contact (POC) name for further clarification or questions POC Telephone Number POC Email Address 5.0 Questions Please refer any questions regarding this RFI to the Contract Specialist. This RFI is issued solely for information purposes. It does not constitute a RFP or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service in any manner. Respondents are advised that the. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties� expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d1cd316d67fa4c23bef7ec10356f108a/view)
- Record
- SN06007660-F 20210521/210519230121 (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 |