Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 02, 2019 FBO #6520
SOURCES SOUGHT

16 -- RFI Communication Navigation Surveillance / Air Traffic Management

Notice Date
9/30/2019
 
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/HB - Hanscom, 3 Eglin St Bldg 1612, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA87301990007
 
Archive Date
11/19/2019
 
Point of Contact
Richard T. Spencer, Major USAF, Phone: (781) 225-4843, Michael Cunningham, Phone: (781) 225-5415
 
E-Mail Address
richard.spencer.9@us.af.mil, michael.cunningham.1@us.af.mil
(richard.spencer.9@us.af.mil, michael.cunningham.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Communication, Navigation and Surveillance/Air Traffic Management (CNS/ATM II) Notice Type: Sources Sought Synopsis This Request for Information (RFI) is part of an on-going market research effort to determine industry availability of commercial, Non-Commercial and/or Non-developmental item (NDI) Civil Communication, Navigation, and Surveillance /Air Traffic Management (CNS/ATM), navigation safety, and Next Generation Air Transportation System (NextGen) avionics products for use by multiple aircraft platform System Program Offices (SPOs) or other Government entities. All of the products shall be certified or certifiable by a Civil Aviation Authority or Department of Defense certifying authority and meet the requirements stated in the Technical Requirements Documents (TRDs). Due to the nature of the unique and highly specialized devices, services may also be offered from the vendors for the integration of CNS/ATM equipment into the users' platforms. CNS/ATM refers to the processes and capabilities supporting flight-certified avionics equipment (communication, navigation, and surveillance) required for DoD aircraft to safely operate and coexist with civilian aircraft in the national and international civil airspace. Parties interested in responding to this RFI must consider the ability of their products to meet technical compliance standards of the below listed TRDs: - TRD for Military Global Positioning System Equipment (GPS) V1 6 2013-05-15 - TRD for Multi-Mode Receiver Equipment (Revision B) MMR V3 2015-10-06 v2 - TRD for Aero H+ Satellite Communications System V1.5 2013-5-13 - TRD for Iridium Satellite Communications System V1.5 2013-5-13 - TRD for Swift Broadband Satellite Communications System V1.5 2013-5-13 - TRD for Traffic Alert and Collision Avoidance System Equipment V1 6 2015-10-07 - TRD for Aircraft Transponder Equipment V1 6A 2015-10-07 Parties interested in receiving copies of specific TRDs should contact either Maj Richard T. Spencer, Contracts Manager, at richard.spencer.9@us.af.mil or phone (781) 225-4843 or Michael Cunningham, Contract Specialist, at michael.cunningham.1@us.af.mil or phone (781) 225-5415 by 5:00pm Eastern Time, 15 October 2019 providing your company's name, address, and telephone number plus Commercial and Government Entity (CAGE) code. It is understood that some capabilities and functions may not be currently available to support TRD requirements. If the proposed product is anticipated to be compliant in the future, then your response should include the proposed products' current and anticipated final capabilities and functions; and a timeframe when the final product will be compliant. This RFI is in accordance with FAR 15.201 Exchanges with Industry before receipt of proposals and does not does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the Government to a contract for any supply or service. Respondents are advised that the United States Government will not pay for any information or administrative costs incurred in responding to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Description of Action: The CNS/ATM office is an organization responsible for DoD aircraft compliance with federally and internationally mandated directives for operations in International Civil Aviation Organization (ICAO) and Federal Aviation Administration (FAA) National Air Space (NAS) domains. The objective of this RFI is to conduct market research to identify avionics equipment and services to perform the following functions for at least one of five (5) product lines: Communications : Satellite Communications (SATCOM) systems capable of providing Inmarsat Aero H+ service; Inmarsat Swift Broadband (SBB) service; or Iridium service, in accordance with the applicable attached TRD. Navigation : A position sensor meeting either of the following descriptions: A Multi-Mode Receiver (MMR) with Instrument Landing System (ILS) precision landing capability and Global Positioning System (GPS) that supports Area Navigation (RNAV) and Required Navigation Performance (RNP) capabilities; and provides Position Source Outputs to support Automatic Dependent Surveillance - Broadcast (ADS-B) Out, in accordance with the applicable attached TRD. Precise Positioning Service (PPS) Military GPS Receiver capable of Area Navigation(RNAV) and Required Navigation Performance (RNP) and Position Source Outputs to support Automatic Dependent Surveillance - Broadcast (ADS-B) Out, in accordance with the applicable attached TRD. Surveillance : Traffic Alert and Collision Avoidance System (TCAS) v7.0 equipment with one or more of the following capabilities: - TCAS v7.1 - Hybrid Surveillance - Automatic Dependent Surveillance - Broadcast (ADS-B) In Airborne Surveillance and Separation Assurance Processing - ADS-B In report generation transponder equipment, in accordance with the applicable attached TRD. Transponder Equipment with one or more of the following capabilities: - Mark XIIA Mode 5 Level 2 - ADS-B In - ADS-B Out - Mode S Enhanced Surveillance (EHS), in accordance with the applicable attached TRD. For each item offered, the following is required: - A warranty period (duration of which will be negotiated with each respondent) - An established Return Merchandise Authorization (RMA) process for return and repair of all defective products purchased by globally located end-users. Requested Information and Guidance for Responses: Respondents must identify whether their organization is a Large Business, Small Business (SB), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone) SB, Service-Disabled Veteran-Owned (SDVO) SB, Historically Black Colleges and Universities (HBCUs), or Minority Institution (MI). Applicable North American Industry Classification System (NAICS) codes under this RFI are: 334111, 334210, 334220, 334290, 334310, 334418, 334419, 518210, 541511, 541512, 541330, 541519, and 928110. Responses must be submitted via e-mail in Microsoft Word or Portable Document Format (PDF). The Government requests that the main body of the responses not exceed fifteen (15) pages, with a maximum of twenty (20) pages in supporting attachments. Additionally, a cover page, not counting toward the fifteen (15) pages limit, may be included to describe the respondent's experience in the aforementioned areas of interest. It should be noted that all organizations will be required to abide by the International Traffic in Arms Regulations (ITAR)/Export Control restrictions placed on the items, if a contract is awarded. Violations of these regulations are punishable by fine, imprisonment, or both. Submission of Proprietary Information Caution: The Government acknowledges that interested firms may not be able to respond to this RFI without disclosing information deemed to be "proprietary." Respondents must ensure that documents including proprietary information are marked properly. Data submitted in response to this RFI will be reviewed by DoD and Advisory & Assistance Services (A&AS) personnel. It is the responsibility of the respondents to clearly mark submitted information with appropriate restrictive markings. All members of the Government/Contractor response evaluation team are obligated to protect information to the maximum extent permitted as required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members are obligated to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All support contractor members are required to protect the information by the terms of their contracts. The Government has also determined that all support contractor personnel have no organizational conflicts of interest that could adversely affect protection of the information. Please provide your response electronically. Responses to this RFI are requested on or before 10:00am Eastern Time, 04 November 2019. Questions concerning this RFI should be directed to Maj Richard T. Spencer, Contracts Manager, at richard.spencer.9@us.af.mil or phone (781) 225-4843 or Michael Cunningham, Contract Specialist at michael.cunningham.1@us.af.mil or phone (781) 225-5415. Be advised that all submissions become Government property and will not be returned. Primary Point of Contact: Maj Richard T. Spencer, Contracts Manager Aerospace Management Systems Division 75 Vandenberg Drive Hanscom AFB, MA 01731-2103, United States Phone: (781) 225-4843 Fax: (781) 225-2431 E-mail: richard.spencer.9@us.af.mil Secondary Point of Contract: Michael Cunningham, Contract Specialist Aerospace Management Systems Division 75 Vandenberg Drive Hanscom AFB, MA 01731-2103, United States Phone: (781) 225-5415 Fax: (781) 225-2431 E-mail: michael.cunningham.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6da852e9f93bac5f6ec133b93998006)
 
Place of Performance
Address: Hanscom Air Force Base, 75 Vandenberg Drive, Bedford, Massachusetts, 01731-2103, United States
Zip Code: 01731-2103
 
Record
SN05463841-W 20191002/190930230906-e6da852e9f93bac5f6ec133b93998006 (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.