Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2008 FBO #2433
SOURCES SOUGHT

58 -- ATCALS TACAN/VORTAC/D-TACAN TRANSFORMATION

Notice Date
7/23/2008
 
Notice Type
Sources Sought
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
ATCRFI072308
 
Archive Date
9/6/2008
 
Point of Contact
David D. Hancock,, Phone: (405) 739-2634
 
E-Mail Address
david.hancock@tinker.af.mil
 
Small Business Set-Aside
N/A
 
Description
1. The 558 ACSS, Air Traffic Control & Landing Systems (ATCALS) program office located at Tinker AFB is requesting information from industry to assist in the planning for the acquisition of a Commercial-off-the-Shelf (COTS) and/or Non-Developmental Item (NDI) Fixed Base Tactical Air Navigation (TACAN) and/or Very High Frequency Omni Range Tactical Air Navigation (VORTAC) System and a Deployable Tactical Air Navigation System (D-TACAN). The Fixed Base TACAN and/or VORTAC system is envisioned as a replacement for currently fielded Air Force, fixed base VOR & TACAN systems. The D-TACAN is envisioned as a replacement for currently fielded Air Force TRN-26 series TACANs.. The fixed base VORTAC & TACAN shall meet or exceed the operational and performance parameters outlined in Air Force Technical Order (TO) 31R4-2FRN43-2-34GE-1 and 31R4-2FRN45-2-33GE-1. The D-TACAN shall meet or exceed the operational and performance parameters outlined in TO 31R4-2TRN26-2. The D-TACAN shall also be compatible with FM 3-52.3, Multi-Service Procedures for Joint Air Traffic Control. The Department of Defense (DOD) transformation vision relies heavily on more expeditionary, adaptable, enduring/persistent and agile joint forces, which in turn places increased emphasis on aviation assets for deployment, employment, sustainment and redeployment. Common VORTAC, TACAN and D-TACAN operating procedures, training, parts, and equipment are critical to reduce the logistics footprint. Fixed and deployable systems shall have remote maintenance and monitoring capabilities designed to minimize the on-site operations and maintenance workload. 2. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication the US Air Force (AF) or ATCALS will contract for the items contained in the RFI. ATCALS will not pay respondents for information provided in response to this RFI. 3. This RFI is part of a Government market research effort to determine industry capabilities to develop and produce a COTS/NDI Remote Maintenance/Monitoring VORTAC, TACAN and D-TACAN systems beginning in early FY09 and extending at least through FY15. CONDITIONS: The D-TACAN shall be capable of in theater transport by airdrop, sling load, aircraft, ship, overland vehicle transport or a combination of these methods; a site survey may be required to identify the best location for the equipment, and the data will be passed to Terminal Instrument Procedures (TERPS) personnel for development of approaches; equipment setup by two persons should be accomplished regardless of environment; the operators may be wearing cold weather gear or possibly a chemical warfare ensemble; the VORTAC & D-TACAN must be capable of passing Operational Fight Inspection per FAA Order 8200.1C. Please provide formal responses to the tasks listed below. Address your capabilities to accomplish the below tasks and provide highlights of successful past experience on similar government contracts within the past 5 years. a. Describe your capability to manufacture VORTAC, TACAN and D-TACAN systems or integrate COTS/NDI equipment to produce these capabilities. Description of capabilities should include your experience developing and fielding other tactical and fixed navigational aids. b. Describe your capability to develop and conduct a VORTAC, TACAN and D-TACAN operator and maintenance training course. Training may be conducted at both CONUS and OCONUS sites. c. VORTAC, TACAN and D-TACAN requirements will include the need for a remote maintenance capability which allows authorized remote maintainers to have full access to the system for monitoring, diagnostics, and system operating parameter adjustments. This remote maintenance capability may be at the location where the system is installed or at a central location where maintainers will have responsibility for multiple systems. Describe your experience in successfully incorporating remote maintenance in other systems or ATCALS equipment. d. The VORTAC, TACAN, and D-TACAN requirements may include a performance based life cycle logistics support strategy. Describe your experience implementing this type of logistics on ATCALS or other products. e. Maximum commonality of electronics (parts), operating procedures, maintenance, and training between the Fixed Base TACAN, VORTAC, and D-TACAN is preferred. f. What is your estimated ramp-up time from contract award to first article test? 4. It is the intent of t he ATCALS program office to hold an Industry Day for this effort. Date, time and location will be announced after review of the responses to this RFI. 5. Please provide your response electronically on no more than five single-sided, single-spaced pages using 12-point, Times New Roman font, and minimum one-inch margins, in Microsoft® Word or compatible format. Responses to this RFI are requested by close of business on 22 August 2008. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses and correspondence related to this matter should be submitted to the Contracting Officer, Mr. David Hancock, via e-mail (preferred) at david.hancock@tinker.af.mil, or mailed to: David Hancock, 747 ACSG/PKB, 3001 Staff Dr. Ste 2AC81A, Tinker AFB, OK 73145. Questions concerning this RFI should be directed to the Contracting Officer (405) 739-2634.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70ce2a5256c7d4a1bde7d2ea8c946a2f&tab=core&_cview=1)
 
Place of Performance
Address: Contractor facility, United States
 
Record
SN01621476-W 20080725/080723224131-70ce2a5256c7d4a1bde7d2ea8c946a2f (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 |
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.