Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1999 PSA#2493

Global 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