Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SPECIAL NOTICE

59 -- Sentinel NC3 Equipment Transfer (SET)

Notice Date
11/27/2023 2:11:27 PM
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA8735 AFNWC HCK NC3 HANSCOM AFB MA 01731-1801 USA
 
ZIP Code
01731-1801
 
Response Due
12/7/2023 2:00:00 PM
 
Archive Date
12/22/2023
 
Point of Contact
Jessica Adair, Tracee Long
 
E-Mail Address
jessica.adair@us.af.mil, tracee.long@us.af.mil
(jessica.adair@us.af.mil, tracee.long@us.af.mil)
 
Description
Place of Performance: The Antenna Suites identified for uninstall, excavation, pack, ship, and demolition pad are located at: (1) Vandenburg Space Force Base CA (VSFB) (3) F.E. Warren AFB, WY (FEW) (1) Hill AFB, UT (Hill) The Antenna Suites identified for installation, pad construction, unpack and reinstall equipment are located at: (1) Hill (4) FEW Description This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The Air Force Materiel Command (AFMC), Air Force Nuclear Weapons Center (AFNWC), Integration Directorate, AFNWC/NC is issuing a sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirements listed below: Responsible for the transfer of the Advance Exceptionally High Frequency (AEHF), Very Low Frequency (VLF) and Ultra High Frequency (UHF) Antenna�s, shelters and all associated equipment for the Mission Integration Facility (MIF), Launch Control Centers at Site 1, Site 2, Site 3 and Integrated Control Center (ICC) at Hill and FEW.� Provide engineering, logistics, program management, and management support to establish a 100% Government owned, operationally functional systems. This includes all actions and items, contained herein to include, but not limited to: Uninstall, pack, ship, and demolish at the losing sites and then re- install, set up and ensure a fully functional and compliant Antenna Suites and associated equipment at gaining sites. The MIF, Site 1, Site 2, Site 3 and ICC are defined respectively as the test facility and launch centers with associated antenna infrastructure. Identify any additional required facility improvements and requirements to support the operations of the identified equipment.� Uninstall operationally functioning equipment and associated components. Pack equipment in containers suitable for shipping using best business practices or Technical Data Packages when available. Identify sources to ensure the security of transferred items with pre- and post-transfer inspections (tamper labels or better) Ship packed equipment to designated location. Continuous monitoring, secureness, and 100% accountability of all shipped equipment and materials at all times. Identify and procure required consumable items. Demolish, remove debris, and return site to grade at the uninstall location. Construct a concrete pad for the Advance Extremely High Frequency (AEHF) antenna shelter according to specifications. Construct a concrete pad for the Ultra High Frequency (UHF) antenna shelter according to specifications. Excavate the Very Low Frequency (VLF) at the uninstall location and re-install as per the Technical Data Package (TDP).� Re-install equipment to operational status at the MIF, Site 1, Site 2, Site 3 and ICC. Develop TDP for the removal and replacement of the AEHF and UHF antennas shelters and removal and install of the VLF antenna and associated equipment to include shelter, excavation, concrete pad construction and mounting instructions. Operational function test of equipment is required to ensure successful installation. Interested sources must be registered in the System for Award Management database located at www.sam.gov.� Once registered, interested sources can request the above specifications.in writing.� Email the following information to Jessica.Adair@us.af.mil: Name Title Company name and address DUNS and CAGE numbers Business Size Status E-mail address All interested sources shall provide a company brochure or list of capabilities, product literature,organization name, address, a point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by December 7, 2023, 5:00 pm eastern standard time. All responses under this Sources Sought Notice must be emailed to Jessica Adair (Jessica.Adair@us.af.mil) � If you have any questions concerning this opportunity, please contact: Jessica Adair via email (Jessica.Adair@us.af.mil).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fed3da2c95274573af4a15fb2582163c/view)
 
Place of Performance
Address: FE Warren AFB, WY 82001, USA
Zip Code: 82001
Country: USA
 
Record
SN06894268-F 20231129/231127230042 (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.