SOURCES SOUGHT
17 -- Damaged VHF Radio System Replacement
- Notice Date
- 1/27/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8730-16-R-0022
- Archive Date
- 3/15/2016
- Point of Contact
- Indy M. Toliver, Phone: 7812255413
- E-Mail Address
-
indy.toliver@us.af.mil
(indy.toliver@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT/REQUEST FOR INFORMATION Damaged VHF Radio System Replacement FA8730-16-R-0022 This is not a solicitation, but rather a Sources Sought/Request for Information to to identify companies that can provide Park Air Model #T6TR VHF radio system components and radios. The Air Force Materiel Command, Air Force Life Cycle Management Center, Battle Management Directorate, Aerospace Management Systems Division, Foreign Military Sales AFLCMC/HBAN, Hanscom AFB, MA is issuing a Sources Sought Synopsis to identify companies that can provide Park Air Model #T6TR VHF radio system components/radios that are currently fielded at and interface with existing Air Traffic Control systems supporting Kyrgyz Aeronavigatsia (KAN) in the Kyrgyz Republic. The acquisition and contract strategy have yet to be determined, and this survey will be one of the factors used by the Government in the acquisition planning process. This is not a Request for Proposal (RFP) or a Notice of Contract Action (NOCA). This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis. There is no solicitation available at this time. Requests for a solicitation will not receive a response. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Government requests interested parties submit a statement of their qualifications 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. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by Government personnel and Advisory & Assistance Services contractor employees supporting the Foreign Military Sales Branch, AFLCMC/HBAN, unless the respondent clearly objects in writing to the release of the submission to the Advisory & Assistance Services Contractor employees supporting the Foreign Military Sales Branch, AFLCMC/HBAN, in a cover letter accompanying its capabilities package. The proposed North American Industrial Classification System (NAICS). Code for the overall program is 334511 - Air Traffic Control Radar and Landing Equipment. INSTRUCTIONS FOR RESPONDING TO THE SOURCES SOUGHT Damaged VHF Radio System Replacement 1. The following offeror information must be provided: Company Name CAGE code and DUNS number Address Telephone Number Fax Number Email Address Point of Contact for further clarification or questions Company Size relative to NAICS code 334511 Based on the NAICS code 334511 and a size standard of $25M, please identify all of the following that are applicable: HubZone small business, 8(a) participation, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, or women-owned small business 2. Interested parties must submit a capabilities package, with a cover letter, that is concise, yet clearly demonstrates ability to meet the stated requirements with adequate staffing of qualified personnel. The capabilities package shall clearly present evidence the interested party is fully capable of providing the required supplies and/or services, and as such may contain any information that the interested party feels is relevant. The capabilities package requirements are to be presented in accordance with the major sections outlined in the Capabilities Package Requirements section. 3. Responses shall not exceed five (5) single-spaced pages, 12 point font typed with at least 1" margins. Each page of your package shall be printable on 8 ½" x 11" paper. Cover, tab dividers, title pages, glossaries, and table of contents are not required. Delivery of a Compact Disc (CD) is acceptable. Please note: emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions may not be delivered to the intended recipients. 4. Additional relevant information shall be provided as an attachment and shall not exceed five (5) single-spaced pages, 12 point typed with at least 1" margins. Each page of the attachment shall be printable on 8 ½" x 11" paper. Delivery of a Compact Disc (CD) is acceptable. Please note: emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions may not be delivered to the intended recipients. 5. If further information/clarification is needed, please contact Paul Murphy, Contracting Officer, at DSN 845-5414, Commercial (781) 225-5414, paul.murphy.9@us.af.mil. 6. Responses are to be mailed to AFLCMC/HBAK, Attention: Paul Murphy, 75 Vandenberg Drive, Bldg 1630, Hanscom AFB, MA 01731, or can be emailed to paul.murphy.9@us.af.mil received no later than 29 February 2016, 3:00 p.m. EDT 7. An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The AFLCMC Ombudsman can be contacted at * Ms Jill Willinghamallen, commercial telephone, 937-255-5472, email, jill.willinghamallen.1@us.af.mil, AFLCMC Ombudsman Wright Patterson AFB, OH CAPABILITIES PACKAGE REQUIREMENTS Damaged VHF Radio Replacement Overview and Scope 1. The Damaged VHF Radio Replacement is a Non-ACAT project to replace damaged Park Air radios/components in the Kyrgyz Republic. 2. The VHF Radios provide coverage for certain Kyrgyzstan airways that previously did not have coverage. The damaged systems are spare equipment for the operational systems. Replacement systems or components must be by the Original Equipment Manufacturer (OEM) to ensure maintainability and interoperability with the current fielded systems. Substitution is not authorized. The effort includes shipping items to the Kyrgyz Republic. Scope 1. The purpose of this effort is to provide the following spare parts: a. PAE Model #T6TR b. Individual components of the radio to include: control board and the transmitter control RA Control RX-RF, power amplifier module, power supply, and PAE Radio E&M interface card c. Zetron RoIP Gateway (Model # QS5.241) and RoIP Power supply 2. Based on this scope of work, the following should be addressed as part of your response to this Sources Sought: a. RELEVANT EXPERIENCE. Please provide at least two examples showing experience performing development, testing, evaluating, and integrating Park Air T6TR radios and components within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the services described herein. All work must be accomplished in accordance with the original equipment manufacturer specifications. The Government will not provide any test plans, test procedures, technical data packages, engineering descriptions, or specifications for this effort. b. DISCLAIMER AND NOTICE: This is a sources sought synopsis only and does not constitute a commitment, implied or otherwise, that AFLCMC/HBAK will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotations. This request for capability information shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3d603ba902aec1a9fdf5a52a3fd0a996)
- Place of Performance
- Address: Manas International Airport, Bishkek, Kyrgyz Republic, Kyrgyzstan
- Record
- SN04002466-W 20160129/160127234423-3d603ba902aec1a9fdf5a52a3fd0a996 (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 |