SOURCES SOUGHT
N -- AN/FMQ-19 AMS DISCONTINUITY GROUP ADDITION
- Notice Date
- 4/28/2010
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FBOMIDAMER042810
- Archive Date
- 5/22/2010
- Point of Contact
- Jody K Lindley, Phone: 801- 586-9128
- E-Mail Address
-
jody.lindley@hill.af.mil
(jody.lindley@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AN/FMQ-19 Automatic Meteorological Station Discontinuity Group Addition for Scott AFB For planning and information purposes the Ogden Air Logistics Center, 500th Combat Sustainment Systems Flight (500 CBSS/GBLG) is seeking sources to install additional equipment to the AN/FMQ-19 Automatic Meteorological Station (AMS) located at Scott AFB/Mid-America Airport, IL. The anticipated contract period is for 12 months after notice of award. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB); it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Air Force does not intend to award a contract on the basis of this request, nor will the Air Force pay for the information requested. Your answers are intended to be used to help construct our acquisition strategy and may be used to structure the Government's RFP. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with the SEC's confidential treatment regulations at 17 C.F.R. 200.83. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. All responses to this RFI shall be submitted via email to jody.lindley@hill.af.mil no later than 7 May 2010. No telephone inquiries will be accepted. The NAICS code for this requirement is 334519. If submitters believe a different NAICS code would apply for this effort, they may indicate alternate NAICS' code(s) along with the rationale for use. The Government will consider a small business set aside if there are 2 or more capable small businesses interested in this effort. Note ZENOSOFT ® 3200 Data logger is a registered trademark of Coastal Environmental Systems, Seattle, WA. Airport Weather Advisory ® (AWA) ® is a registered trademark of Mesotech International Inc, Sacramento, CA. The Government did not procure specifications or drawings for the AN/FMQ-19, and does not have data rights to the Technical Orders. The Government Program Office will be unable to provide technical assistance to successful Offerers. Background Information: In 2006, the Government installed an AN/FMQ-19 Automatic Meteorological Station at Scott AFB / Mid-America Airport. AN/FMQ-19s are configuration controlled weather weapon systems. This airfield is joint-use between Scott AFB and the city of Belleville, IL. The purpose of this project is to install two discontinuity sensor groups and RLIM to the FMQ-19 AMS located at Scott AFB, IL. The discontinuity sensor groups consist of a wind speed and direction sensor, visibility sensor, and ceilometers. Sensor readings are sent to a Field Data Collection Unit (FDCU) located with the sensors, which in turn transmits over phone lines to a remotely located Terminal Data Acquisition Unit (TDAU). The discontinuity groups also contain ancillary equipment such as mounting towers, AC power and communications interfaces, obstruction lighting, and lightning protection. Market Research Survey There is no requirement or limit on responses to any individual question/request below, but please limit your overall response to a cumulative total of twelve (12) pages for all questions. Company Information Name of Contact: ____________________________________________________________ (Please Print or Type) Title/Function: ______________________________________________________________ Name of Co: ________________________________________________________________ Address: ____________________________________________________________________ Phone #: __________________________ FAX #: ____________________________ E-Mail Address: _____________________________________________________________ Cage Code: 1. What is the NAICS size standard of your business? Technical Requirements The government requests that interested companies submit a brief statement of capabilities and experience in the following: • installation of airfield equipment for the DoD, FAA, or NOAA/NWS; • interfacing new equipment to legacy power and telecommunications equipment, • any prior experience with the AN/FMQ-19 AMS. More specifically, does your company have experience in the following: 1. Has your company in the past conducted site survey work and base liaison activities as necessary to arrange for connections at power and communications demarcation points, access and escorts, and staging? 2. Has your company performed real property construction activity, including but not limited to, trenching, excavation, and concrete work? 3. Will your company be able to procure and install an FMQ-19 AMS 10-meter mast and a 3-meter mast, with AC power distribution box, lightning protection, and air navigation obstruction lights? 4. Does your company have the ability to procure, install, check out, calibrate, and setup instrument parameters as required for the following major components: FDCU, without barometers, R. M. Young wind monitor connectors, CES P/N 39825 1205130007 Visibility Sensor without ambient light sensor, Belfort model 6000 P/N 39825 1205130012 Wind Monitor, R. M. Young model 05103, aligned to the FMQ-19 P/N 39825 1205130003 Ceilometer, Eliasson model CBME 40A, configured for FMQ-19, Mesotech P/N 29000073 P/N 39825 1205130070 Runway Light Intensity Monitor (RLIM), Passive, CES P/N 1205130299 The Government has no data rights to any technical or engineering data for the FDCU, including the ZENOSOFT ® 3200 Data logger and the Serial Sensor Expansion Module. The Government will be unable to provide any technical assistance to Offerors regarding the connection of instruments and their setup in FDCU firmware. Other minor FMQ-19 components, to include CES proprietary cables and brackets, will be required for installation. 5. Will your company be able to install, integrate and interface with the existing FMQ-19 TDAU, with a passive RLIM (with current clamps), P/N 39825 1205130299? Interaction with Mesotech International may be required for the installed discontinuities to interface with the TDAU server software configuration and Airport Weather Advisory (AWA) ® software. The Government has no data rights to this engineering and software data and will be unable to provide any technical assistance to Offerors. 6. On the above question, how will your company interact with Mesotech International in order to use the software needed for this requirement? 7. Does your company have the ability to conduct testing to verify: AC power grounds to earth Communication line (copper twisted pair or fiber optic) signal loss Acceptance testing of installed weather sensors, including interface to AWA ® software Operation of passive RLIM 8. Describe how your company will remove and assist in disposal of legacy weather instruments associated with runway 14L/32R weather reporting, such as the AN/FMQ-13 and RVR-400. 9. Describe how your company will conduct training of local personnel in the operation of the AN/FMQ-19 additional sensor groups and RLIM? For Planning and Information Purposes 1. Please clarify how you will obtain access/approval to utilize the ZENOSOFT software from Coastal Environmental Systems. Will this be a problem or an obstacle? 2. Does your organization intend to be the prime contractor for this effort or a sub-contractor? 3. What is your organization's socio-economic status (large, small, veteran-owned, etc)? 4. Please provide any additional information you feel would assist the government in determining your ability to support this type of workload.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FBOMIDAMER042810/listing.html)
- Place of Performance
- Address: SCOTT AFB/MID-AMERICA AIRPORT, United States
- Record
- SN02134996-W 20100430/100428235423-d468d826ab8c6cea77905d8aa58798e6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |