Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOURCES SOUGHT

J -- MOBILE MICROWAVE LANDING SYSTEMS SUSTAINMENT

Notice Date
11/1/2004
 
Notice Type
Sources Sought
 
Contracting Office
ESC/GA, GATO/MC2 Systems Program Office, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103
 
ZIP Code
01731
 
Solicitation Number
FA8730-05-R-XXXX
 
Response Due
12/1/2004
 
Archive Date
4/15/2005
 
Point of Contact
PROGRAM OFFICER: 1st LT JADONNA BREWTON, 781-377-9066 PCO: 1st LT REBBECCA L DRYDOL-BRANDON, 781-377-9303
 
E-Mail Address
Click Here to E-mail the POC
(Jadonna.Brewton@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS This is not a solicitation but a market survey to determine the potential sources to provide follow-on Contractor Logistics Support (CLS) for thirty-seven (37) AN/TRN-45 (NSN 5825-013269749), Mobile Microwave Landing Systems (MMLS). The current MMLS CLS contract (Contract #F19628-00-C-0079) was awarded in Sep 2000, to Textron with a performance period that ends June 2005. The follow-on MMLS CLS contract is anticipated to include a one (1) year base period of performance with four (4) one-year options. The estimated maximum value of the follow-on contract will be approximately $15M over the five-year period of performance, with an average value per year estimated to be approximately $3M. DESCRIPTION: The MMLS is a portable, ground based, microwave transmitter that provides a precision approach and landing capability for Microwave Landing System (MLS) equipped aircraft operating under adverse conditions including inclement weather and hostile environments. The Government plans to furnish the initial spare parts inventory to be maintained by the contractor. Data rights are currently owned by Textron Inc. The estimated cost to acquire these data rights from Textron is approximately $38M. Interested firms should include the following in their response: -Company Name and Address -CAGE Code -Point of Contact -Size of Business (i.e. Large/small business, Small Disadvantaged Business, 8(a) concern, Minority-owned business) -U.S. or Foreign Owned Entity Responses shall address the firm's capabilities to perform the following tasks and ability to meet these specific criteria: 1. Provide Annual Support Agreement (ASA) beginning no later than 1 MAY 2005. 2. Have or be able to acquire MLS experience and perform the supply, support, and repair functions on government MMLS equipment. 3. Provide on-call technical support for fault isolation diagnostics, MMLS installation problems and supply/support activities. 4. Provide MMLS technical and engineering support in-house (contractor facility) or at remote locations. 5. Pre-screen incoming failed MMLS items to test, isolate, and verify failure. 6. Possess or have access to an indoor and outdoor antenna range capable of testing MLS equipment. 7. Repair, maintain, and modify MMLS hardware/software. 8. Maintain spare parts inventory in a bonded storage area and records of the supply/support actions. 9. Expedite replenishment for critical failure items on operationally deployed MMLS systems at worldwide locations. 10. Provide normal replenishment for non-critical failure items on operationally deployed MMLS. 11. Replenish spare parts inventory after repair of failed items. 12. Procure additional spare parts as approved by the Government. 13. Plan, budget, and track the above tasks. 14. Provide the Government with a monthly status report of all actions taken pertaining to the supply, support, and repair of the MMLS. In addition to the aforementioned, optional tasks may include: 1. Transition supply/support to Government including updating re-procurement data. 2. Incorporate Government design changes for the MMLS hardware and software. 3. Provide MMLS training in-house or at remote locations. Submit statement of qualifications, along with supporting documentation to: ESC/GAK ATTN: 1ST LT REBBECCA L DRYDOL-BRANDON 75 VANDENBERG DR, BLDG 1630 HANSCOM AFB, MA 01731-2103 or via electronic transmission (e-mail) to: Rebbecca.Brandon@Hanscom.Af.Mil. Responses must be received no later than 1 DEC 2004 and should not exceed ten (10) pages on 8 ½ x 11" paper with type no smaller than 10 pitch. This synopsis is for information and planning purposes only. It does not constitute an Invitation for Bid (IFB) or RFP, nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate a respondent for any cost incurred in developing the information provided to ESC. Without written permission from the respondent, ESC will not release to any firm, agency, or individual outside the Government, any information marked "Proprietary". Firms who submit qualification packages in response to this notice are requested to identify any existing contract vehicles (by contract number and issuing office) that they have for the same or similar items/efforts and a Government point-of-contact (preferably the Contracting Officer). Should it be in the best interest of the Government and be within scope of an existing contract, the Government reserves the right to satisfy its requirements under that contract. The Government will solicit firms meeting the screening criteria in the synopsis. Any offeror initially judged to be unqualified will be provided with a copy of the solicitation on request, and any offer such a firm might submit will be evaluated without prejudice. Request questions should be directed to 1ST LT Rebbecca L. Drydol-Brandon at 781-377-9303. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. See Note 26. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
N/A
(http://www.eps.gov/spg/USAF/AFMC/ESC/FA8730-05-R-XXXX/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00769651-F 20050317/050315214642 (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.