SOURCES SOUGHT
99 -- Request for Information (RFI) for Tactical Air Navigation (TACAN) Subsystem
- Notice Date
- 8/10/2022 11:42:02 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- JORDAN-TACAN
- Response Due
- 9/9/2022 12:00:00 PM
- Point of Contact
- Kathleen M. Hines, Contracting Specialist, Phone: 781-225-5440, Richard Axtell Jr, Contracting Officer, Phone: 312-845-9066
- E-Mail Address
-
kathleen.hines.1@us.af.mil, Richard.axtell.2@us.af.mil
(kathleen.hines.1@us.af.mil, Richard.axtell.2@us.af.mil)
- Description
- Request for Information (RFI) for Tactical Air Navigation (TACAN) Subsystem Foreign Military Sales Branch (AFLCMC/HBAN) 75 Vandenberg Dr., Hanscom AFB, MA 01731 09 August 2022 Any information submitted by respondents to this request is strictly voluntary. All information received from this Request for Information (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.� Introduction The Foreign Military Sales Branch (AFLCMC/HBAN) is seeking information regarding the acquisition of one (1) Tactical Air Navigation System (TACAN) subsystem, for a future program that provides a Navigational Aid (NAVAID) upgrade to the Royal Jordanian Air Force (RJAF).� � 1.1 �Vision:� The new TACAN subsystem will replace the legacy TACAN subsystem in an 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 conduct market research to determine industry capability to provide a single TACAN subsystem along with an estimated cost and projected schedule. 1.3 �Goals & Objectives:� A Request for Proposal (RFP) may be released 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 offeror�s proposal and RJAF�s needs. 1.4� System Requirements/Specifications: �The RJAF has provided the following system requirements and specification: 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 of the TACAN. TACAN Output Power must be more than l KW (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 collocated with the 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 the Offeror. Recommended Spare Parts Kit for the TACAN Subsystem and Antenna. Recommended Test Equipment Kit Three (3) Copies of Operation, Maintenance and Circuit Diagram Manuals �����(Soft + Hard) Copies. Operation and Maintenance Training for six (6) students at the Offertory�s Facility. Factory Acceptance Test (FAT). Site Acceptance Test (SAT). Commissioning Flight Check Support from the Offeror. System Warranty for one (1) year starting from the date of System Commissioning (after Federal Aviation Administration (FAA) flight check inspection). o No warranty extension or special support contract is required. 2.0 �RFI Response 2.1 �Please describe how you will perform the activities and/or services as described in Paragraph 1.4. 2.1.1� Interested potential sources should respond by identifying: Small business status; including small, small-disadvantaged, women-owned, Historically Underutilized Business Zone (HUB Zone) and/or service-disabled veteran, and covering all socio-economic programs for the prime and any potential subcontractors. 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. Description of capabilities and recent experience (last 5 years) in providing NAVAIDs systems similar to the requirements listed in 1.4 of this RFI.� 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 for the entire period of performance (Contract award through Commissioning Flight Check Support? What is the estimated timeline or schedule required to deliver the proposed solution and complete the performance requirements?� Timeline shall be from proposed contract award through completion of Factory Acceptance Test (FAT). Describe impacts due to worldwide supply chain management issues on subparagraphs (a. and b.) above. 3.0� Response Submission Please submit responses to this RFI by e-mail to the Contract Officer, Contract Specialist and Acquisition Program Manager, listed below, no later than 1500 hours Eastern Time, 30 days from the date of this RFI. �Responses shall not exceed fifteen (15) 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 Ms. Kathy Hines Contract Specialist, Email: �Kathleen.hines.1@us.af.mil Mr. Edmund 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 4.0� General 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://sam.gov/opp/1fc4b0b2533e4ea2b9666be4a2018db8/view)
- Place of Performance
- Address: JOR
- Country: JOR
- Country: JOR
- Record
- SN06422340-F 20220812/220810230126 (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 |