SOURCES SOUGHT
17 -- Romania Tactical Air Navigation System
- Notice Date
- 11/26/2014
- 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 - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA873015R0010
- Point of Contact
- Adam R. Correau, Phone: 7812255414, Lano Balulescu, Phone: 7812255387
- E-Mail Address
-
adam.cooreau@hanscom.af.mil, lano.balulescu@hanscom.af.mil
(adam.cooreau@hanscom.af.mil, lano.balulescu@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT/REQUEST FOR INFORMATION Tactical Air Navigation Requirement For Fetesti Air Base, Romania FMS Case RO-D-QAH This is not a solicitation, but rather a Sources Sought/Request for Information to provide a Navigational Aids (NAVAIDS) System at Fetesti Air Base (AB), Romania. The United States Air Force Life Cycle Management Center, Aerospace Management Systems Division, Foreign Military Sales Branch (AFLCMC/HBAN) located at Hanscom AFB, MA is seeking responses from potential sources to provide NAVAIDS in support of air traffic operations and mission requirements for the Romanian Air Force (RoAF) at Fetesti AB in Romania. Interested companies shall submit information that identifies the equipment requirements necessary to deliver one (1) Tactical Air Navigation (TACAN) system. A two (2) year manufacturer's warranty, operation and maintenance manuals, and a two (2) year supply of site-consumable spares, organization-level spares, spare modules/LRUs, and any necessary specialized test and/or calibration tools/equipment shall be provided with the TACAN systems. The Contractor shall take all measures to protect all equipment against environmental effects such as rust and corrosion from conditions normally experienced in Romania, such as humidity, fog, wind-born sand, low or high temperatures, and ultra-violet (UV) exposure from extended sunlight (as applicable), and sufficient environmental controls shall be provided to ensure that the equipment is maintained within the operational temperature range. The TACAN system shall consist of dual redundant electronics systems and equipment shelter, and include uninterruptible power supply (UPS) for all electronics so that the equipment will continue to operate normally during fluctuations in the electrical supply to the systems. The TACAN system shall also include remote status monitoring capability, Built In Test Equipment (BITE), and ancillary equipment (i.e. fully equipped electronics shelters with dual air conditioning units, operator and maintenance displays, communications equipment, software, equipment racks, antennas, antenna masts and/or towers, obstruction lighting, lightning protection, cabling and system interconnects, as applicable), and any other necessary hardware, software and materials that are required for the complete installation and operation of the system. The TACAN provider/Contractor will be required to perform a Site Survey visit after contract award to determine the technical requirements and civil work/site infrastructure improvements necessary for site readiness and installation of the TACAN system. A Site Survey Report, with detailed construction drawings and a Statement of Work (SOW) describing the civil work/site infrastructure improvement requirements shall be generated by the Contractor and provided to the USG. The Romanian Government (or agency/company designated by the Romanian Government) will be responsible for performing any civil work/site infrastructure improvements as identified and in accordance with the Site Survey Report, drawings, and SOW (including the installation of power/communication conduits and necessary manholes/handholes from the TACAN component locations to the air traffic control tower or other locations as necessary). Power will be provided to the TACAN site by the Romanian Government. Any required power (other than site primary power) or communication cabling shall be provided and installed by the TACAN system provider. The RoAF will be responsible for the removal and/or relocation of legacy equipment or other items as necessary for the installation of the TACAN system. The Contractor will also be required to provide technical ground support, and flight commissioning aircraft and crew to calibrate and flight commission the TACAN equipment and to verify airport approach procedures (if necessary). The RoAF is responsible for generating the required airport approach procedures for the Air Base. The Contractor shall cooperate fully with USG and the RoAF to provide all of the required data related to the TACAN system that is necessary to generate the airport approach procedures for Fetesti Air Base. If a firm believes that it is capable of meeting the Government's requirements to procure, field, install, test, and integrate the NAVAIDS Systems as described above, it may identify interest and capability to the Contracting Officer within thirty (30) calendar days of this publication. Interested firms must indicate whether they are a large, small, small disadvantaged, 8a, or women-owned business and whether they are U.S. or foreign owned. A determination by the Government not to compete this requirement based upon response to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. For technical questions, contact the Program Manager, Khalid Musameh, e-mail: Khalid.Musameh@us.af.mil with a courtesy copy to Kimberly Gamble, email Kimberly.Gamble@us.af.mil. For contracting questions, contact Adam Correau, Procurement Contracting Officer, at email: Adam.Correau@us.af.mil, or Lano Balulescu at email: Lano.Balulescu@us.af.mil or mailing address AFLCMC/HBAK, 75 Vandenberg Drive, Bldg 1630, Hanscom AFB, MA 01731-2103. This synopsis does not constitute an Invitation for Bid, Request for Quote, or Request for Proposal and is not to be construed as a commitment by the Government. This synopsis is for information and planning purposes only. The Government will not pay for the effort or associated costs to respond to this sources sought request, or for the information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA873015R0010/listing.html)
- Place of Performance
- Address: AFLCMC/HBAK, 75 Vandenburg Drive, Hanscom AFB, Bedford, Massachusetts, 01731, United States
- Zip Code: 01731
- Zip Code: 01731
- Record
- SN03583115-W 20141128/141126234455-96d010eeeb455c20711823b65eda28fc (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 |