SOURCES SOUGHT
58 -- ATCALS ILS Modernization RFI
- Notice Date
- 10/26/2009
- Notice Type
- Sources Sought
- NAICS
- 928110
— National Security
- 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
- ATC102609ILS
- Archive Date
- 12/11/2009
- Point of Contact
- David D. Hancock, Phone: (405) 739-2634
- E-Mail Address
-
david.hancock@tinker.af.mil
(david.hancock@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ILS Modernization RFI •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 modification of the existing GRM-29 fixed-base Instrument Landing Systems (ILS) at Air Force bases located around the world. The objective of the modification is to integrate Remote Maintenance and Monitoring (RMM) technology designed to minimize on-site operations and maintenance. The modified ILS shall remain compliant with the operational and performance parameters outlined in the International Civil Aviation Organization (ICAO) ANNEX 10 Chapter 3, FAA Order 8200.1C, and Air Force Technical Order 31R4-2GRN29-2, 31R4-2GRN30-2, 31R4-2GRN31-2 and in no way degrade the current capabilities of the existing systems. •2. The modification shall include up to 139 AN/GRN-29 ILSs. Each system includes AN/GRN-30 Localizer Station, AN/GRN-31 Glideslope Station, shelter, remote control, and status indicator and interlock control unit subsystems. There are multiple configurations of Localizer and Glideslope stations based on terrain or other site difficulties. There are roughly 78 dual-frequency (Capture Effect) and 61 single-frequency Localizer Stations. There are roughly 72 Null Reference and 67 Capture Effect Glideslope Stations. •3. It is our intention that the following items of the existing ILS be maintained with no modification except as noted. Therefore, the modification should allow for appropriate interfacing and operation utilizing these items: •a. Localizer and Glideslope shelters and pads. There are two styles, S-588 and S-280, where the S-280 shelter conforms to ASTM E1975-06. Some sites have non-standard shelter pads, cable vaults, etc that are associated with the pads. No modification to the Localizer shelter, pad or cabling to/from the power and the Localizer antenna DU box is anticipated. •b. Glideslope tower. Tower heights will vary depending on the type of system (Capture Effect or Null Reference) installed and Glideslope angle, but no modification to system type nor tower height are anticipated. •c. Localizer Antenna Array to include: 14-element LPD antenna array; Distribution Unit (DU) and DU box; obstruction lights; cabling from both the antennas to the DU box and DU box to the main equipment shelter •d. Power surge and grounding protection within each shelter. •e. Site Power. No addition power requirements from current configurations. •f. Ground ring around each shelter and the localizer antenna array •g. HVAC (heating and cooling) system for each shelter •h. Obstruction lights •i. Lightning protection system. •j. Existing equipment location within the shelter. •4. It is our intention to deliver a sustainment support plan that meets our expected reliability and maintainability requirements as follows: •a. No less than 98% equipment Operational Availability (Ao). •b. Mean-Time-To-Repair (MTTR) of 30 minutes or less for the system or subsystems. •5. 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 (USAF) or ATCALS will contract for the items contained in the RFI. ATCALS will not pay respondents for information provided in response to this RFI. •6. This RFI is part of a Government market research effort to determine industry capabilities to modify the ILS beginning in FY10 and extending at least through FY15. The ILS 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 or integrate ILS equipment or end-items. Description of capabilities should include your experience developing and fielding ILS as well as other tactical and fixed-base navigational aids. •b. Describe your anticipated methodology to modify the GRN-29 ILS with the needed technology while maintaining the interfaces described in paragraph 3. Do you recommend deviations from intentions listed in paragraph 3 and, if so, please describe recommended changes and your reasoning for the changes? •c. Describe your capability to develop and conduct a fixed-base ILS remote maintenance system operator and maintenance training course. •d. What is your anticipated timelines for the following events: •i. ramp-up time from contract award to first article test and evaluation. •ii. ramp-up time from Government production approval to delivery and installation of first production modification. •iii. maximum rate of delivery and installations for the remaining modifications. •e. Fixed-base AN/GRN-29 ILS requirements will include the need for RMM which allows authorized remote maintainers to have full access to the system for monitoring, diagnostics, troubleshooting, flight check and system operating parameter adjustments. It is anticipated that RMM will be performed either 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 RMM in ILS or other ATCALS systems or equipment and the types of functions you anticipate should be incorporated within the RMM capability. •f. The AN/GRN-29 ILS RMM requirements may include a performance based life cycle logistics support strategy. Describe your experience implementing this type of logistics on ILS or other ATCALS products. •g. Describe the anticipated effect on the modernized ILS's ability to meet or exceed the expected reliability and maintainability requirements addressed in paragraph 4. •h. Please provide a no cost Rough Order of Magnitude (ROM) for ILS equipment and software, integration design, installation, first article testing, and logistics support including training, sustainment and documentation for operation and maintenance of the modified system. •7. Please provide your response electronically on no more than ten single-sided, single-spaced pages using 12-point, Times New Roman font, and minimum one-inch margins, in Microsoft® Word or compatible format. Brochures or other technical information that helps to address this RFI will be accepted as attachments and will not count toward the page count. Responses to this RFI are requested by close of business on 26 Nov 2009. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses, questions and other correspondence related to this matter should be addressed to the Contracting Officer listed in this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/ATC102609ILS/listing.html)
- Record
- SN01991957-W 20091028/091026234356-8ed392a1764d961fe6c33d0926b14d30 (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 |