Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2024 SAM #8418
SOURCES SOUGHT

99 -- RFI - Very High Frequency Omnidirectional Range Tactical Air Navigation (VORTAC), Instrument Landing System/Distance Measuring Equipment (ILS/DME), Kucova AB, Albania

Notice Date
12/12/2024 7:28:42 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA2330 ARSPC MGNT SYSTMS AFLCMC/HBA HANSCOM AFB MA 01731 USA
 
ZIP Code
01731
 
Solicitation Number
FA2330-FMS-Albania-RFI
 
Response Due
1/31/2025 1:00:00 PM
 
Archive Date
02/15/2025
 
Point of Contact
LaLinda Harrison, Richard Cincotta
 
E-Mail Address
LaLinda.Harrison@us.af.mil, Richard.Cincotta.1@us.af.mil
(LaLinda.Harrison@us.af.mil, Richard.Cincotta.1@us.af.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is not a Request for Proposal (RFP) or Notice of Contract Actions (NOCA). It should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connect with this notice. All information received from this RFI will be used for planning and market research purposes only - it does not constitute a Request for Proposal or a promise to issue an RFP in the future. This Request for Information does not commit the US Government to contract for any supply or service whatsoever. Further, the US Government is not at this time seeking proposals and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the System for Award Management (SAM.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (AFLCMC/HBAN) is conducting market research to identify sources who can support a Foreign Military Sales (FMS) procurement for one (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (VORTAC), and one (1) Instrument Landing System/Distance Measuring Equipment (ILS/DME), and all necessary communications and electrical power infrastructure extension to existing infrastructure on the airfield, in support of a United States (US) Government foreign partner, the Albanian Armed Forces (AAF). Any information submitted by respondents to this request is strictly voluntary. 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. The Government requests interested parties submit a statement of their qualification with respect to the criteria described herein. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. 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. Overview The program is in support of US Government foreign partner, the AAF. The program will provide one (1) VORTAC system, one (1) ILS/DME system, and all necessary fiber optic communications and electrical power infrastructure extension cables from each equipment shelter, up to 30-meters to AAF-provided communication and power terminations. Fiber optic communications terminations will connect to the Air Traffic Control Tower (ATCT) for the remote equipment. Electrical power terminations will connect to AAF-selected power source(s). The procurement effort includes contractor site survey, systems production, systems installation including civil works, factory acceptance testing (FAT), site acceptance testing (SAT), Operator & Maintainer (O&M) training, flight inspection, spares, consumables, special tools and items for maintenance, 2 years contractor logistics support (CLS), 2-years warranty, and 5-years Repair and Return (R&R). The ILS/DME, and VORTAC, will be provided to Kucova Air Base (AB), Albania. The ILS/DME is intended for Runway 14 and the US Government is seeking information regarding price and support. Additionally, the US Government may require a second ILS/DME system for Runway 32 and is seeking information regarding price and support for this as well. The US Government is also seeking price and support information for a utility telephone system connecting all equipment shelters to the Air Traffic Control Tower (ATCT) Cab, as well as price and support information for mobile or fixed ATC radio, for each equipment shelter, of necessary range, for communications between Contractor technicians or air base systems maintenance personnel at equipment shelters with the Flight Inspection aircraft. Requested Information Information is being collected from all potential sources at this time. Firms responding to this notice should provide the following administrative/company information on their cover page: Company Name/Division, Address, Telephone Number, Website URL. Point-Of-Contact Name, Title, Telephone Number, and E-Mail Address. Unique Entity Identifier (UEI), CAGE Code, and Company Structure (Corporation, LLC, Partnership, Joint Venture, etc.). Please note that companies must be registered in the System for Award Management (SAM) to be considered potential sources (https://www.sam.gov). Business Size and any Socio-Economic Status (Small Business, 8(a), Small Disadvantaged Business, Woman-Owned Business, HUBZone Firm, and Service-Disabled Veteran-Owned Small Business). The Facility Clearance of the Offeror. Based on the scope of the work, interested potential sources should identify their capabilities and recent experience (last 5 years) in providing capabilities similar to the systems listed in this RFI. Please describe to the extent possible, how you perform the activity and/or service. Responses should address: Experience in training different skills levels in use and mastery of systems being procured or similar systems. Experience in solutions successfully supporting procurement & sustainment efforts of systems being procured or similar systems. 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. Provide a rough order of magnitude (ROM) for the identified solution, recommended contracting strategy, and an estimated timeline to complete the performance requirements. Responses Interested parties are requested to respond to this RFI with a white paper in unclassified PDF format no later than 31 January 2025, 1600 EST. Response shall not exceed a cover page plus 10 pages. Please submit responses via e-mail to the personnel listed below. Ms. LaLinda Harrison, Contracting Officer, Email: LaLinda.Harrison@us.af.mil Mr. Richard Cincotta, Contract Specialist, Email: Richard.Cincotta.1@us.af.mil Mr. Peter Tybinkowski, Program Manager, Email: Peter.Tybinkowski@us.af.mil Questions Questions regarding this announcement should be submitted to the Contract Specialist and Contracting Officer via email. No telephone calls will be accepted. Questions containing proprietary information will not be answered. All answered questions will be posted as an attachment to this RFI. The USG does not guarantee that questions received after 22 January 2025 will be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c457fbd374e457abf8b226c704e4b95/view)
 
Place of Performance
Address: Bedford, MA 01730, USA
Zip Code: 01730
Country: USA
 
Record
SN07291032-F 20241214/241212230122 (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 |
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.