Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOURCES SOUGHT

99 -- RFI - Saudi Arabia Contractor Logistics Support

Notice Date
5/27/2021 11:41:18 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
SANG-CLS
 
Response Due
6/30/2021 12:00:00 AM
 
Archive Date
07/15/2021
 
Point of Contact
Lano Balulescu, Phone: 7812255387, Richard Axtell Jr, Phone: 7812259066
 
E-Mail Address
lano.balulescu@us.af.mil, Richard.axtell.2@us.af.mil
(lano.balulescu@us.af.mil, Richard.axtell.2@us.af.mil)
 
Description
Request for Information (RFI) for Contractor Logistic Services/Support at Khasam Al An Air Base, Saudi Arabia Foreign Military Sales Branch (AFLCMC/HBAN) 75 Vandenberg Dr., Hanscom AFB, MA 01731 24 May 2021 Any information submitted by respondents to this request is strictly voluntary. All information received from this RFI will be used for planning and market research purposes only. We will treat your response to this RFI as information. The information provided may be used by the Air Force to develop an acquisition strategy, statement of work, statement of objectives, and performance work statement and associated specifications.� Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties� expense. All submissions become Government property and will not be returned. Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. To the maximum extent possible, please submit non- proprietary information. Any proprietary information submitted should be identified as such and will be handled accordingly and protected from disclosure. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for damages related to proprietary information that is not properly identified. Any submissions in response to this RFI constitutes consent for that submission to be reviewed by Government personnel and Advisory & Assistance Services (A&AS) Contractor employees supporting AFLCMC/HB. The responses may be forwarded to other Government entities in consideration for applicability to other programs. All Government and DoD contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. All members of the government and contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligation to afford protection under the Trade Secrets Act, 18 U.S.C. 1905.� 1.0 Introduction The Foreign Military Sales Branch (AFLCMC/HBAN) is seeking information regarding the acquisition of on-site Contractor Logistic Support (CLS) for aircraft navigation aids (NAVAIDS) and Air Traffic Control Tower (ATCT) equipment located at Kasham Al An Air Base (AB) and Dirab AB, Saudi Arabia to support the Saudi Arabian National Guard (SANG).� The CLS services are part of a larger effort managed by Thales Inc. to produce, install, train, test, and sustain the systems at both airbases in the vicinity of Riyadh.� The focus of the effort will be at Dirab AB where the equipment has been installed but operations and maintenance training, site acceptance testing, and flight certification of the equipment has not been completed.� Periodic visits to Kasham Al An Airbase are included to provide onsite technical support for equipment that has been installed, tested, flight certified, and turned over to SANG.� Duration of the effort will be for one year with an option for a second year.� 1.1 Vision: 1.2 Purpose: HBAN�s aim is to ascertain on-site CLS to provide technical support and maintenance for the NAVAIDS and ATCT equipment. 1.3 Goals & Objectives: 1.3.1 A Request for Proposal (RFP) will be released sometime after RFI responses are reviewed.� The equipment that this CLS effort will cover includes as follows: Instrument Landing Systems (ILS) Uni-directional Distance Measuring Equipment (DME) Doppler Very High Frequency (VHF) Omni-directional Range (DVOR) with DME Airfield Meteorological Observation Systems (AMOS) with Runway Visual Range (RVR) ATCT Equipment Suites for two (2) Air Traffic Control Towers that include: One (1) Voice Communication Switching System (VCSS) w/Digital Voice Recorder One (1) Global Positioning Satellite (GPS) time display and distribution system Three (3) Ultra High Frequency (UHF) primary ATC radios Five (5) Very High Frequency (VHF) primary ATC radios One (1) multi-channel VHF backup ATC radio w/manual remote tuning capabilities One (1) multi-channel UHF backup ATC radio w/manual remote tuning capabilities Two (2) Land Mobile Radios (LMR) systems Two (2) Rechargeable light guns One (1) Digital Automatic Terminal Information Service (D-ATIS) w/UHF transmitter radio One (1) Aeronautical Fixed Telecommunication Network (AFTN) terminal One (1) Primary crash network voice switch and telephones that is separate from the VCSS system One (1) Local Area Network (LAN) Network Switch Jotron Radios Remote Radio Receivers Two (2) years of spare parts and 7 years of consumables One (1) Rotating Beacon on ATCT Facility 2.0 Questions 2.1 For any yes/no questions, please describe, to the extent possible, how you perform the activity and/or service in question. Interested potential sources should respond by identifying: Interest in this effort. Small business status; including small, small-disadvantaged, women-owned, Historically Underutilized Business Zone (HUBZone) and/or service-disabled veteran, and covering all socio-economic programs. Interested potential sources should identify their capabilities and recent experience (last 5 years) in providing solutions similar to the capabilities listed in 1.3.1 of this RFI.� Responses should address: Existing solutions that provide capabilities as described If not completely satisfied, capability to alter the solution to satisfy the needs of the government. If not completely satisfied, time required to alter solution to satisfy the needs of the government. Experience in training different skills levels in use and mastery of provided solutions. Experience in solutions successfully supporting sustainment efforts of physical GFE or other equipment operations. 2.2 In delineating previous experience, identify the complexity, scope, dollar value, start and end dates of the effort, customer point of contact. In addition to detailing how the proposed COTS solution meets all performance requirements, please provide a response to the following questions: Does the proposed solution meet the provisions of the Buy America Act (BAA) and the Trade Agreement Act (TAA)? Has the proposed solution been used in any U.S. DoD applications? Does the company currently have a GSA Contract to provide the radio systems? What is the unit cost of the proposed solution? 3.0 Responses Please submit responses to this RFI by e-mail to the Contract Specialist and Acquisition Program Manager no later than 1500 hours Eastern Time on 30 June 2021. Responses shall not exceed fifteen (25) 8.5.x11 inch, single spaced, single sided pages in length and should be an UNCLASSIFIED PDF. The font shall be 12pt Times New Roman. Mr. Rich Axtell, Contract Officer, Email: richard.axtell.2@us.af.mil Ms. Lano Balulescu, Contract Specialist, Email: lano.balulescu@us.af.mil Mr. Philbert Cole, Program Manager, Email: philbert.cole.1@us.af.mil The information should also include the following business contact information on a cover letter: Company Name CAGE Code and DUNS number Point of Contact (POC) name for further clarification or questions POC Telephone Number POC Email Address 5.0 Questions Please refer any questions regarding this RFI to the Contract Specialist. This RFI is issued solely for information purposes. It does not constitute a RFP or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service in any manner. Respondents are advised that the. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties� expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aa982b8f2112480eb050ed8cbaa5f3c1/view)
 
Place of Performance
Address: SAU
Country: SAU
 
Record
SN06015867-F 20210529/210527230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.