SPECIAL NOTICE
17 -- Deployable Instrument Landing System (D-ILS)
- Notice Date
- 5/18/2016
- Notice Type
- Special Notice
- 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
- DILS2FA873015C0015
- Point of Contact
- Melissa L. Kennedy, Phone: 7812255096, Richard Williams, Phone: 781-225-5125
- E-Mail Address
-
melissa.kennedy.1@us.af.mil, Richard.williams.66@us.af.mil
(melissa.kennedy.1@us.af.mil, Richard.williams.66@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Notice of Contract Action (NOCA). The AFLCMC/HBAK Landing Systems Branch intends to award a contract to Thales ATM, US of Clarksburg, MD in Fiscal Year (FY) 2017 for the full rate production of up to Twenty-Nine (29) Deployable Instrument Landing System (D-ILS) units, contingent upon funding across the Future Years Defense Program ( FYDP ). Under this contract, Thales will deliver D-ILS units over the course of 5-years from date of award. This synopsis is for a proposed contract, IAW FAR 5.201(b)(i), for which the Government intends to solicit and negotiate with only one source, IAW 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, "only one (1) responsible source and no other supplies or services will satisfy agency requirements." The contract will be awarded on a Fixed-Price basis to include options for purchasing D-ILS units over an anticipated 60-month period of performance. The North American Industry Classification System (NAICS) Code for this effort is 334511. The D-ILS is being procured and will address the operational requirements for an ILS system that can provide precision guidance to aviation assets in multiple geographically separated and environmentally diverse regions. Each system will provide guidance based on the aircraft's position in relation to the final approach course (azimuth) and the glide path (elevation) from the touchdown point on the runway or landing surface. With D-ILS, the USAF will have a supportable, adaptable, resilient, enduring/persistent precision approach capability that all joint, coalition and civil ILS-equipped aircraft will be able to use worldwide. The D-ILS will provide significantly improved reliability, maintainability and supportability over legacy deployable Precision Approach Radar (PAR) systems. This will be a sole source procurement conducted in accordance with Title 10 United States Code (USC) 2304(c)(1) as implemented by FAR 6.302-1 and FAR 15.4. In addition, it will be supplemented by the DFARS, AFFARS and the Air Force Source Selection Mandatory Procedures. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach. Interested parties may submit a capabilities statement, proposal, or quotation electronically (via e-mail) which shall be considered by the Government to the identified point of contact no later than 17 June 2016, 2:00 PM, ET. Such capabilities will be evaluated solely of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. No RFP will be issued based upon this NOCA. The Government will not pay for any information received in response to this NOCA nor will the Government compensate a respondent for any costs incurred in developing the information provided to HBAK. This notice is not a commitment from the Government. 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 recommendation 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 the following telephone number: (937) 255-5472 or email: jill.willinghamallen.1@us.af.mil Please direct any questions regarding this Notice to Mr. Richard Williams, Contracting Officer, tel. (781) 225-5125, e-mail: richard.williams.66@us.af.mil; or Ms. Melissa Kennedy, Contract Specialist, tel. (781) 225-5096, e-mail: melissa.kennedy.1@us.af.mil. Contracting Office Address: AFLCMC/HBAK, 75 Vandenberg Drive, Hanscom Air Force Base (AFB), MA 01731-2103 United States Place of Performance: Clarksburg, Maryland 20871 United States Primary Point of Contact: Melissa L. Kennedy, Contract Specialist melissa.kennedy.1@us.af.mil Phone: 781-225-5096 Secondary Point of Contact: Richard Williams, Contracting Officer richard.williams.66@us.af.mil Phone: 781-225-5125
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6bb57d93357cc505df0eadf99aaa77da)
- Record
- SN04121538-W 20160520/160518235024-6bb57d93357cc505df0eadf99aaa77da (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 |