Solicitation Number: FA8730-15-R-0011

Tags

Solicitation Number: FA8730-15-R-0011

Kuwait Ground Based Navigational Aids (NAVAIDS) Air Traffic Control (ATC) Management Modernization Program

Solicitation Number: FA8730-15-R-0011

Agency: Department of the Air Force
Office: Air Force Materiel Command
Location: AFLCMC - Hanscom

Solicitation Number:

FA8730-15-R-0011

Notice Type:

Sources Sought

Synopsis:

Added: Jan 29, 2015 8:35 am

Sources Sought Synopsis/Request For Information: Kuwait Ground Based Navigational Aids (NAVAIDS) Air Traffic Control (ATC) Management Modernization Program.

1. This is a sources sought synopsis announcement for the Ground Based Navigational Aids (NAVAIDS) Air Traffic Control (ATC) Management Modernization Program in Kuwait.

2. Sources sought synopsis for the 386 Air Expeditionary Wing (AEW) ATC Management Modernization program. This sources sought synopsis is being conducted by the United States Air Force, Life Cycle Management Center, Aerospace Management Systems Division (AFLCMC/HBA). Any information submitted by respondents to this sources sought synopsis is strictly voluntary. This sources sought synopsis does not constitute a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. There is no solicitation available at this time. Requests for a solicitation will not receive a response. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this sources sought synopsis. All contractual inquiries shall be directed to the Contracting Officer: Mr. Peter Foster, e-mail: HBAK Attn: Mr. Peter Foster 75 Vandenberg Drive Building 1630; all programmatic and technical inquiries shall be directed to Mr. Joseph Thorp, Voice (781) 225-5043, e-mail: .

3. The express intent of this sources sought synopsis is to identify potential industry partners who have working and demonstrated expertise and technical insight in providing ground based NAVAIDS system, training, and spares. The NAVAIDS system shall be provided as follow: Two (2) Instrument Landing Systems (ILS) (Category 1) with low power unidirectional Distance Measuring Equipment (DME). One (1) Conventional VHF Omni directional Tactical Air Navigation System (C-VORTAC) will be installed at Ali Al Salem Air Base in Kuwait. The TACAN portion will provide a 3KW system with 7dB antenna gain. The NAVAID systems will be installed and operate in accordance with International Civil Aviation Organization (ICAO) standards. The second air base at Ahmed Al Jaber in Kuwait will include one (1) C-VORTAC system and an option Contract Line Item Number (CLIN) and for two (2) ILS (Category 1) with low power unidirectional DME. The TACAN portion of the C-VORTAC will include a 3KW system with 7dB antenna gain. The NAVAID systems will be installed and operate in accordance with ICAO standards and regulations. The ILS/DME and VORTAC will be replacing existing systems. Existing electronic equipment shelters will be available for use.

4. The intent of the Government is to deliver NAVAIDS systems to the 386 AEW. The Government requests interested parties to submit a statement of their qualifications. The response shall specifically address their ability and experience in fielding NAVAIDS.

5. The NAVAIDS systems are to provide capabilities for Air Traffic Control for enroute, approach and precision landing as follows:

a. Category one (1) Instrument Landing Systems (ILS) with Distance Measuring Equipment (ILS/DME) for precision approaches on the primary approach runway of two runways at each airbase.

b. One (1) Very High Frequency (VHF) Omni-directional Range and Tactical Air Navigation (VORTAC) for enroute navigation and non-precision approaches.

6. The following requirements pertain to planned NAVAIDS systems:

a. Compatibility with local power

b. Uninterruptable Power Supply (UPS)

c. Automatic Power Transfer from primary to secondary power sources

d. Include all consoles/positions and or displays; equipment shelters as required, hardware, antenna, antenna masts and/or towers, cabling, and system interconnects as necessary for the complete installation and operation of the systems.

e. Built-In-Test-Equipment (BITE)

f. Include wirelessremote monitoring/diagnostics and control capability from the ATC tower

g. All required materials, tools, and test (special and ordinary) equipment for preventive and organizational maintenance

h. The Contractor shall provide operation and maintenance manuals (in English)

i. A two-year supply of site-consumable spares, organization-level spares, spare modules / line replaceable units, and any necessary specialized test and/or calibration tools/equipment (special and ordinary) shall be provided with all inclusive systems.

j. The contractor shall provide standard manufacturer's warranty for all delivered equipment.

k. Measures shall be taken to protect all equipment against environmental effects such as rust and corrosion from conditions normally experienced in Kuwait, such as humidity, fog, wind-born sand, high temperatures, and ultra-violet (UV) exposure from extended sunlight.

l. Existing ILS/DME and VORTAC shelters may be available for use for the systems' electronic components. The existing shelters will require environmental control units to ensure that the equipment is maintained within its operational temperature range.

m. All required equipment shelters and other protective enclosures shall provide sufficient environmental controls to ensure that the equipment is maintained within its operational

temperature range

n. Installation and integration of all associated support items as well as integration into the Remote Maintenance Center (RMC) at Al Udeid.

o. System Acceptance Testing

p. Technical ground support for the initial commissioning flight inspection.

q. Existing foundations, power, and data lines will be available for reuse. Any repair, modification and/or rebuilding of existing infrastructure will be completed by the contractor.

7. In-country operator and maintainer familiarization training on the ILS/DME and VORTAC is needed.
8. The Contractor shall conduct Site Surveys at both bases and provide the Government with a report on the technical and civil works requirements detailing all necessary construction and infrastructure improvements required to be built or provided by the contractor.

9. Delivery of procured NAVAIDS and warranty repair items will be the responsibility of the contractor. Contractor will notify the Government of shipments and provide tracking numbers. Where it is not possible to ship direct from the vendor to installation locations, the contractor is responsible for transporting equipment from vendor to US Air Force (USAF) CONUS/OCONUS port for airlift to United States Air Force Central Command (USAFCENT) Theater. The contractor is responsible for properly packing all shipments per USAF directives as well as completing all paperwork and forms required for airlift. Contractor is also responsible for receiving systems at the installation location and insuring they are properly stored (if installation is not immediate) or delivered to the installation site. The 386 AEW is responsible for clearing the equipment through customs, for transportation of equipment from delivery point to end destination (as necessary), and for providing safe storage of the equipment prior to installation. Taxes, duties, warehousing fees and other similar charges are the responsibility of 386 AEW.

10. Contract personnel must possess a US Government Secret Clearance, U.S. Government Common Access Card (CAC) and have access to the Synchronized Predeployment and Operational Tracker (SPOT) System for base support.

11. The skills needed to successfully perform these tasks include:

a) The same name brand NAVAIDS currently in theater are planned to be required for future contract actions that may follow this sources sought. This is due to the requirement to interoperate with existing remote maintenance infrastructure as well as the fact that technicians are trained to maintain these systems. The name brand equipment includes the following:

1. Fernau 2020 Distance Measuring Equipment (DME)

2. Fernau 2010 Tactical Navigation (TACAN) system

3. Selex 2100 Instrument Landing System (ILS)

4. Selex 1150 VHF Omnidirectional Range (VOR)

5. Selex 2238 Remote Control Status Unit (RCSU)

b) All systems must be capable of remote maintenance via the Selex 2238 Remote Control Status Unit (RCSU).

c) Detailed and extensive background, knowledge, and experience with ATCALS/NAVAIDS

d) Experience working with the USAF with regards to policies, procedures, and operations

e) Experience with the installation of VORTACs and ILSs

f) Experience with installing ATCALS/NAVAIDS systems on USAF bases in CENTCOM AOR

g) Familiar with Federal Aviation Administration (FAA) Terminal Instrument Procedures (TERPS) requirements for NAVAIDs.

h) Familiar with the operational, safety and security procedures associated with operating on military airfield.

i) Understanding of USAF concept of operations for remote control of NAVAIDs as well as be familiar with the current USAFCENT NAVAIDs infrastructure to ensure any newly installed systems work seamlessly with current assets.

j) The contractor shall conduct site surveys of the installation site. Site surveys shall assess the following:

a. NAVAIDS siting criteria (obstructions, local topography, rights-of-way)

b. Civil and infrastructure improvements required prior to installation and other special considerations or restrictions, as applicable.

k) The contractor shall prepare a Program Support Agreement (PSA) letter documenting the scope of work, siting and project implementation data, civil engineering support requirements and C4 systems support requirements for each installation with assistance and final approval by the Government.

l) The contractor will complete infrastructure work as required.

m) The contractor shall procure and install NAVAIDS equipment as required in order to maintain NAVAIDS functionality.

n) The contractor shall complete alignment and system acceptance testing for any system installed.

o) The contractor shall be present and operate systems in support of scheduled acceptance/flight inspection for any system installed.

p) The NAVAIDS equipment shall conform to the applicable sections of MIL-STD-291C

q) After successful installation and flight certification, operation and maintenance of these NAVAIDS will be the responsibility of the Government.

12. If a firm believes that it is capable of meeting the Government's requirements as described above, it may identify its interest and capability to the Contracting Officer. Interested firms must provide their CAGE code and DUNS number. Further respondents must indicate their size of business pursuant to North American Industry Classification System (NAICS) Code: 334511 with a size standard of 750 employees. Respondents must also state if they are a Small Business, Small Disadvantaged Business, Section 8(a) Small Business, Woman-owned Small Business, Service Disabled Veteran-owned Small Business or Historically Underutilized Business Zone (HubZone) Small Business. Include in your responses an indication of your commercial sales (if any) of these systems to non-Government entities and whether information exists to support a Commercial Item determination in accordance with the definition of a "Commercial Item" as stated in FAR 2.101 and the definition of "General Public" and "Non-Governmental Entities" as stated in DFARS 202.101. If the Government determines that a FAR Part 12 acquisition is appropriate for this requirement, published catalogue/price lists; brochures for equipment and parts; and/or commercial sales history may be requested in any future solicitation."

13. The Government will consider and attempt to respond to all questions, but reserves the right not to respond at all. All answers to submitted questions will be posted on FedBizOpps (FBO) on a non-attribution basis. Questions and answers of a proprietary nature will be handled on a case-by-case basis.

14. The responses shall not be more than ten (10) one-sided pages, 8.5"x11" paper, Courier type, 10 font with a minimum of one (1) inch margins; contractor format is acceptable. Product brochures and vendor marketing material may also be submitted in addition to the paper. It will not be counted as part of the ten (10) pages. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. All correspondence related to this matter should be e-mailed (preferred) or mailed to:

AFLCMC/HBAK (Attn: Mr. Peter Foster)
75 Vandenberg Drive, Building 1630
Hanscom AFB, MA 01731-2100
E-mail:

To ensure a prompt response, please make sure a courtesy copy is sent to Mr. Dana Stanley at .

15. The Government will review Industry responses in detail. If the Government would like to discuss your response to this sources sought synopsis, you will be contacted for additional information. Please submit responses via e-mail not later than 25 February 2015, 4:00 PM EST. Responses received after this date and time may not be reviewed. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities.

Contracting Office Address:

9 Eglin Street
Hanscom AFB, Massachusetts 01731
United States

Place of Performance:

AFLCMC/HBAK
75 Vandenburg Drive
Hanscom AFB, Massachusetts 01731
United States

Primary Point of Contact.:

Peter Foster,

Contracting Officer

Phone: 7812255383

Secondary Point of Contact:

Indy Toliver,

Contract Specialist

Phone: 7812255413