Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2021 SAM #7298
SOURCES SOUGHT

99 -- Link 16 Ground Support System (GSS) for Hellenic Air Force (HAF)

Notice Date
11/22/2021 3:31:40 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA8726 AFLCMC HNK C3IN HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
HNAI_GSS_Greece
 
Response Due
12/7/2021 9:00:00 AM
 
Archive Date
12/22/2021
 
Point of Contact
Jared Fay, Phone: 781-225-0614, Gillian Ferguson, Phone: 781-225-4155
 
E-Mail Address
jared.fay@us.af.mil, Gillian.Ferguson.1@us.af.mil
(jared.fay@us.af.mil, Gillian.Ferguson.1@us.af.mil)
 
Description
Link 16 Ground Support System (GSS) for Hellenic Air Force (HAF) Sources Sought Section I:� Requirement Background The U.S. Air Force is seeking qualified sources for the procurement of a Ground Support System (GSS) for the Hellenic Air Force (HAF), Greece.� AFLCMC/HNA, in support of Foreign Military Sales (FMS) Letter of Offer and Acceptance (LOA) GR-D-SNY, intends to award a Firm Fixed Price contract for the procurement and on-site deployment of three (3) Link 16 Ground Support System (GSS) to support the operational expansion of Link 16 capability for the HAF's F-16 Viper aircraft. The equipment consists of a tactical exerciser with advanced capabilities to support platform simulation, scenario generation, C2 emulation, SIM over LIVE sortie flights, mission recording and playback.�� The system can be used for all facets of mission preplanning, execution, aircrew briefing/debriefing, and instruction, and will feature a minimum of five IP connected workstations in a contained Client/Server relationship. In accordance with Federal Acquisition Regulation (FAR) part 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This sources sought request neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This sources sought request should not be construed as a commitment by the government for any purpose. The Government will not respond to any requests for a solicitation. The government will not reimburse any contractor for any costs associated with preparing or submitting a response to this notice. Description: This procurement will include: three (3) Link 16 Ground Support System (GSS) to serve as training devices to provide real time support to tactical data link training requirements; unclassified GSS spares; Installation & Site Acceptance Testing (I&SAT) of the deployed GSS and all operator and maintenance equipment familiarization services, as well as a three-year hardware & software maintenance/help desk support package.� The Contractor shall provide data as required over the life of the contract.� The GSS will be capable of operating as a participant in live RF Link16 networks and in a stand-alone Link16 RF network.� The system will have a host processor capable of initializing, interfacing with, and monitoring the activity of a Link16 network using a MIDS LVT-1 and its variants such as LVT-4 or LVT-6, and MIDS-JTRS as well.� The system will support all of requirements of the associated Link16 terminal.� Depending on the type of terminal, the system will include the necessary power converter to allow operations from normal 210/240V, 50/60 Hz outlet power as well as cooling for overheat protection.� The system will be capable of supporting optimal line of sight operations from an omni-directional antenna compatible with the terminal and host configuration.� The Contractor will acquire and install all ancillary equipment including GPS and Link 16 antennas and RF cabling.� The contractor is not responsible for the building infrastructure modifications or labor associated with routing cables or mounting antennas on masts.� The following antenna and cables are suitable candidates that meet these specifications: ����������� European Antennas, Part Number NSN 5985-99-758-6585 ����������� LMR-600-DB Outdoor/Watertight PE Black 54093 The Contractor shall acquire these items or equivalent as part of the GSS equipment suite.� The Contractor shall assume total system responsibility for the GSS equipment including the antennas, cables and ancillary support devices. This synopsis is for planning purposes only, and does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP).� Nor does its issuance restrict the Government as to the ultimate acquisition approach. AFLCMC will not release to any firm, agency, or individual outside the Government, any information properly marked with a proprietary legend without the written permission from the respondent.� The Government will not pay for any information received in response to this synopsis. The proposed North American Industrial Classification System (NAICS) Code for the overall program is 541512.� Which has a size standard of $30M. � Section II:� Instructions for Submission of Information Responses to this synopsis shall contain sufficient documentation in accordance with attachment #1 and #2 in addition to a capability statement on the contractor�s qualifications and indicate the contractor�s ability to fulfill the requirements found in the Draft GSS Technical Requirements Document (TRD).� If a potential respondent would like a copy of the TRD, please contact one of the HNAK POCs listed below.� Based on the proposed NAICS code, respondents must specify whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business.� Also specify whether a respondent is a U.S. or foreign-owned firm.� In addition, respondents can provide a comment on the proposed NAICS code to see if the Government would consider another code. All responses should be brief and concise, yet clearly demonstrate your abilities to meet the stated objectives. Limit responses to a total page limit of 10 pages on 8 �� X 11� paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman not less than 10pt with a one inch margin. Please submit your responses electronically gillian.ferguson.1@us.af.mil �in a Microsoft Word compatible file. Responses will not be accepted by telephone. Submissions may also be received through DoD SAFE (https://safe.apps.mil/) web application. The DoD SAFE application is used to send large files to individuals which would normally be too large to send via email. Everyone has free access to DoD SAFE, and the application is available for use by anyone.� Businesses must be registered in SAM to conduct business with the US Federal Government. The System for Award Management (SAM) can be accessed at http://www.sam.gov. The Air Force will treat all information marked ""proprietary"" consistent with federal information protection laws, including the Freedom of Information Act and the Trade Secrets Act. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government reserves the right to contact additional customers to obtain information that will be used to evaluate each respondent�s capability. If you choose to submit proprietary information, mark it accordingly. Classified information will not be accepted. The Contracting Officer is Mr. Mr. Jared R. Fay (jared.fay@us.af.mil), and the Contracting Specialist is Ms. Gillian Ferguson (gillian.ferguson.1@us.af.mil). An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. ����������� AFLCMC Ombudsman: ����������� Col Sean Tucker, USAF ����������� Ombudsman ����������� AFLCMC/AQ-AZ ����������� Acquisition Excellence Directorate ����������� (937) 255-5512 or DSN (312) 785-5512 ����������� Email: sean.tucker.1@us.af.mil ����������� 2640 Loop Road West ����������� Wright Patterson AFB OH 45433-7106 Please provide response via e-mail to gillian.ferguson.1@us.af.mil and jared.fay@us.af.mil not later than 12:00 PM (Eastern Time), 7 December 2021.� Responses received after this date and time may not be reviewed. Included Attachments: Attachment 1 � Sources Sought Worksheet Attachment 2 � Project Information Worksheet� ATTACHMENT #1 Sources Sought Worksheet for Link 16 Ground Support System (GSS) for Hellenic Air Force (HAF) Company Information Company Name:________________________________________________________________ Point of Contact:________________________________________________________________ POC Phone:__________________� POC E-Mail:______________________________________ Company DUNS (if applicable): _______________________ Company CAGE Code (if applicable): _________________ Check All That Apply: Other than Small Business Small Business SBA Certified 8A Program Participant SBA Certified HUB Zone Firm SBA Certified Small Disadvantaged Business Self-Certified Small Disadvantaged Business Service Disabled Veteran-Owned Small Business AbilityOne (formerly JWOD) Non-Profit Agency Veteran Owned Small Business Women Owned Small Business Economically Disadvantaged Women Owned Small Business Identify any existing contracts you may hold that may fulfill this requirement. �If you have such existing contracts please provide the contract number and the Contracting Officer�s contact information: (typed responses encouraged) ____________________________________________________________________________________________ _____________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________ PRIMARY AREAS OF EXPERTISE/INTEREST NAICS Code: Description: � BONDING CAPACITY Type: � Amount per contract: $ $ Aggregate amount: $ $ How likely are you to submit a proposal on a solicitation that may result from this effort? Very Likely ______���������� Likely _____����������������������� Not Likely _____ ATTACHMENT #2 Use the template on the following page to describe projects of similar size, scope and complexity as that described in the sources sought synopsis which you have performed within the last five (5) years.� Total submittal, including pages 1 and 2, shall not exceed eight (8) pages. PROJECT INFORMATION TEMPLATE (Make additional copies as needed) Project Title: Location: Address of Work Site: Contract Number: Task Order Number: Dates of Performance: From To Total Contract Value: $ Total Value to Date: $ Procuring Activity: Procurement Point of Contact: Phone: Type of Agency: Fed State Municipality Private Other (describe) Performed as: Prime Contractor Subcontractor Other (describe) � General Description of Work: � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2533640f813b4f978d226e006dee1525/view)
 
Place of Performance
Address: Hellenic Air Force, GRC
Country: GRC
 
Record
SN06183647-F 20211124/211122230121 (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.