Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
SOLICITATION NOTICE

58 -- FLIGHT INSPECTION SYSTEM (FIS) FOR POLAND

Notice Date
3/29/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/GA, GATO/MC2 Systems Program Office, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103
 
ZIP Code
01731-2103
 
Solicitation Number
FA8730-04-R-0005
 
Response Due
4/14/2004
 
Archive Date
6/29/2004
 
Point of Contact
Ms. Kathleen Delgado, Contract Specialist, 781-377-7574 Mr. John Wilder, Contracting Officer, 781-377-5612 Mr. Jeremy Colvin, Project Manager, 781-377-4907
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(kathleen.delgado@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement serves as a NOTICE OF CONTRACT ACTION (NOCA) to all potential offerors that on or about May of 2004, the Global Air Traffic Operations/Mobility Command and Control System Program Office (GATO/MC2 SPO at Hanscom AFB, Massachusetts, anticipates the release of a Request For Proposal (RFP) FA8730-04-R-0005 for FMS Case PL-D-DAP. The items and services to be purchased are as follows: One (1) FIS providing the capability to inspect and calibrate en-route and terminal navigation, air traffic control, and landing systems to be used to certify Poland's navigational and landing aids. The FIS must meet or exceed applicable ICAO, NATO, and Standard Flight Inspection requirements. The FIS must provide the capability to perform flight inspection services on the following systems: ILS (Cat I, II, III); Marker Beacon; VOR; NDB; VHF Communications Systems; PSR/SSR/PAR; Visual Aids (VASI/PAPI); TACAN; DMS; Collocated VOR/DME, and Non-precision GPS Approach (GPSNPA). The FIS will be acquired using the Total Package Approach under Foreign Military Sales acquisition procedures. The FIS must include all necessary equipment to perform all tests and provide data output in standard format. Items and services will include: an easily installed and removed FIS primary system; all associated hardware (antennae, cables, etc.); software; ground reference systems; FIS simulator; equipment test panels; manuals; factory acceptance test; support for system installation and checkout in one AN-26 provided by the Poland Air and Air Defense Force at Deblin Airbase in Poland; a one year supply of spares; one year warranty coverage; contractor support to certification in Poland (assume 5 days + total travel time); operations and maintenance manuals in English; and operations and maintenance training in country. Equipment transportation will be provided by Poland's Freight Forwarder (FF). An aircraft survey (inspection of the AN-26) will result in a report including detailed preparation drawings and instructions for aircraft preparation to be accomplished by Poland in accordance with the report. Training for the above system will be conducted on-site by the contractor under the administration of the Air Force Security Assistance Training Squadron (AFSAT). Training will consist of two courses, an operator course and a maintenance course to the LRU replacement level. Our goals include acquiring a proven, highly reliable system meeting the requirements identified above, and which is easily sustainable systems across the system's life cycle, and to achieve earliest reasonable delivery time. The system described in your reply must be a non development item with proven field usage. The successful contractor will be expected to procure all necessary export licenses and approvals for this equipment prior to shipment. Purchase of these items for Poland Air and Air Defense Force will be IAW Foreign Military Sales (FMS) acquisition procedures. The items described above must be proven commercial off-the-shelf (COTS) items. Your consideration should assume delivery of all items on-site in Poland NLT 15 months following receipt of order(s), inclusive of the time required to comply with all export laws and regulations. Poland does have a Freight Forwarder. Offerors will be provided 15 days to respond to the solicitation and telephone requests for the solicitation will not be accepted. All respondents shall indicate if they are a large business, small business, small disadvantaged business, 8(a) concern, veteran-owned small business or women-owned small business. Indicate if you are a US or foreign-owned company. In addition, contractors will indicate whether or not their equipments and services are offered through the GSA schedule or any other government-wide agency contract. Contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting System (see http://www.ccr2000.com/). An Acquisition Ombudsman, Colonel Joseph Maryeski, Director, Commander's Staff, has been appointed to hear concerns from offerors. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman 's role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at 781-377-5106. All correspondence relating to this matter should be e-mailed, faxed, or mailed to ESC/GAK, Attn: Ms. Kathleen Delgado, 781-377-7574, fax 781-377-9300 or email Kathleen.delgado@hanscom.af.mil 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: n/a
Zip Code: N/A
Country: N/A
 
Record
SN00555955-W 20040331/040329212008 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.