|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1999 PSA#2493Global Air Traffic Operations/Mobility Command and Control, 75
Vandenberg Drive, Hanscom AFB, MA 01731-2103 17 -- POLAND INSTRUMENT LANDING SYSTEM SOL F19628-99-R-0004 POC POC
Mr. David H. Hawkins, Contracting Officer, ESC/GAK, (781) 377-9220,
david.hawkins@hanscom.af.mil, or Mr. Robert Toombs, Contract
Specialist, ESC/GAK, (781) 377-9178, robert.toombs@hanscom.af.mil WEB:
ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil.
E-MAIL: Click Here to E-mail the POC, david.hawkins@hanscom.af.mil,
robert.toombs@hanscom.af.mil. This CBD announcement constitutes a
Notice of Contract Action (NOCA) under Foreign Military Sales (FMS)
Case PL-D-DAD for release of a Request for Proposal (RFP). The Global
Air Traffic Operations/Mobility Command and Control System Program
Office (GATO MC2 SPO) will issue a RFP on or about 20 Dec 99. Offerors
will be able to obtain copies of the RFP by downloading them from the
Hanscom Air Force Base acquisition web site
(http://www.herbb.hanscom.af.mil, Current Business Opportunities,
Poland Instrument Landing Systems). Draft RFP information is currently
available on this web site. The GATO MC2 SPO is supporting the upgrade
of ground base navigation aids and communications equipments for Poland
Air and Air Defense Force (PAADF). The requirement is for proven
commercial off the shelf Instrument Landing System (ILS) equipments.
This acquisition is for four (4) Category II ILS which are ICAO Annex
10 compliant. The ILS will be installed at four PAADF airfields in
Poland. ILS key items and services beingacquired include contractor
site surveys at each airfield, localizer, glideslope, distance
measuring equipment, localizer far field monitor, equipment shelters,
remote control and status equipment, factory acceptance testing, spare
parts, test equipment, operations and maintenance manuals in English,
transportation and shipping, installation and integration and running
ICAO checklist at each airfield, contractor support to PAADF during
ILS Commissioning at each site, contract data, two year warranty, and
options for five (5) one-year warranty increments. All warranties will
start from completion of installation, integration, checkout, and
certification of compliance with ICAO at each airfield. The airfields
where the ILS will be installed have legacy air traffic control and
navigation equipments, which will remain in use during a 10-year
transition phase out period. The ILS will be located in close proximity
to existing legacy systems. The ILS being acquired must be mature
commercial off the shelf items withproven field use. Delivery of all
items to PAADF sites will occur no later than 12 months from date of
contract award. The contractor shall obtain required licenses and
comply with all export control laws and regulations. The contractor is
required to have Secret security clearance. The ILS and services will
be acquired under Foreign Military Sales (FMS) and FAR Part 12
Commercial procedures. Our acquisition approach is to award a single
contract under Full and Open Competition in accordance with FAR Part 15
using a Firm Fixed Price (FFP) contract. Lowest Price Technically
Acceptable (LPTA) source selection procedures will be used. Past and
current customers of the contractor will be contacted to help
substantiate proven field performance and contractor responsibility.
Interested contractors desiring to do business with the Air Force shall
be registered in the DoD Central Contracting Reporting (CCR) System.
Only U.S. contractors will be considered for contract award. All
responsible sources that meet the above requirements may submit a
proposal which shall be considered by the Government. All respondents
shall indicate in their response whether they are a large business,
small business, very small business, small disadvantaged business, 8(a)
concern, women-owned small business, or HUBZone small business and if
they are a U.S. or foreign-owned firm. An Ombudsman has been appointed
to address concerns from offerors or potential offerors during the
proposal development phase of this acquisition. The Ombudsman does not
diminish the authority of the program director or contracting officer,
but communicates contractor concerns, issues, disagreements, and
recommendations to the appropriate Government personnel. When
requested, the Ombudsman shall maintain strict confidentiality as to
the source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. Interested
parties are invited to call the Electronic System's Center Acquisition
Ombudsman Colonel Steven H. Sheldon, ESC/CO, at (781) 377-5106. Please
direct any questions on this NOCA to ESC/GAK, 75 Vandenberg Drive,
Hanscom AFB, MA 01731-2103; Attn: Mr. David H. Hawkins, Contracting
Officer, ESC/GAK, (781) 377-9220, david.hawkins@hanscom.af.mil, or Mr.
Robert Toombs, Contract Specialist, ESC/GAK, (781) 377-9178,
robert.toombs@hanscom.af.mil. This notice of intent is not a request
for competitive proposals. The Government anticipates RFP release on or
about 20 Dec 99. This NOCA does not constitute a RFP, and it does not
restrict the Government as to the ultimate acquisition approach, nor
should it be construed as a commitment by the Government. Posted
12/08/99 (D-SN406799). (0342) Loren Data Corp. http://www.ld.com (SYN# 0135 19991210\17-0001.SOL)
17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page
|
|