Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOLICITATION NOTICE

58 -- RFI - Very High Frequency Omnidirectional Range Tactical Air Navigation (VORTAC), Kucova AB, Albania

Notice Date
3/6/2025 12:20:02 PM
 
Notice Type
Presolicitation
 
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-2
 
Response Due
3/31/2025 1:00:00 PM
 
Archive Date
04/15/2025
 
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 connection 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), 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. Background An original RFI was posted to SAM.gov in December 2024 and was titled ""RFI - Very High Frequency Omnidirectional Range Tactical Air Navigation (VORTAC), Instrument Landing System/Distance Measuring Equipment (ILS/DME), Kucova AB, Albania"". The original RFI has been broken out into two new separate RFIs to provide more focus and clarity. One RFI for VORTAC, and one RFI for ILS/DME. Each new RFI is its own controlling document that vendors should base their responses on. The original RFI is simply included as an attachment to provide transparency, context, and background information only. Overview The program is in support of US Government foreign partner, the AAF at Kucova Air Base, Albania. The program will provide one (1) VORTAC system, and all necessary communications and electrical power site infrastructure extensions, not to exceed 30-meters, to infrastructure terminations on the airfield. AAF will provide the infrastructure as part of an air base renovation program. 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 US Government is 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. The procurement effort includes contractor site survey, systems production, systems installation including civil works, Factory Acceptance Test (FAT), Site Acceptance Testing (SAT), Operator & Maintainer (O&M) Training, Flight Inspection, system manuals, shipping to Kucova Air Base, spares, consumables, special tools and other items for maintenance, 2 years Contractor Logistics Support (CLS), 2-years commercial warranty, and 5-years Repair and Return (R&R). The US Government is seeking information regarding price and support. 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 March 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 24 March 2025 will be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/796087dd1763419a85dee7eacfb4f75c/view)
 
Place of Performance
Address: Bedford, MA 01730, USA
Zip Code: 01730
Country: USA
 
Record
SN07363774-F 20250308/250307152928 (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.