Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2002 FBO #0115
SOLICITATION NOTICE

J -- AN/MPN-25, RADAR SET, GROUND CONTROL APPROACH (GCA-2000) RADAR SYSTEMS ANNUAL SUPPORT AGREEMENT (ASA)NOTICE OF CONTRACT ACTION (NOCA)

Notice Date
3/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/GAK, Global Air Traffic Operations/Mobility Command and Control, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103
 
ZIP Code
01731-2103
 
Solicitation Number
F19628-02-C0046
 
Response Due
4/12/2002
 
Archive Date
10/12/2002
 
Point of Contact
Barbara Cook, Contracts Specialist 781-377-7569
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(cookb@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Contract Action. Procurement for Annual Support Agreement (ASA) to support the GCA-2000. The Electronic Systems Center (ESC) of the Air Force Material Command (AFMC) intends to award a time and material contract for non-warranty service and repair to ITT-Gilfillan Defense and Electronics. Contract award is expected in September 2002. The contract will be issued in accordance with 10 U.S.C. 2304 C (2) as implemented by Federal Acquisition Regulation 6.302-1, justification for other than full and open competition. In as much as the software and design of the GCA-2000 is proprietary to ITT-Gilfillan, a non-competitive support contract will be awarded to ensure that this system is logistically supported. The Air Force anticipates the issuance of an ASA contract for one base year and three one-year options to support three (3) AN/MPN-25, Ground Control Approach (GCA-2000) Radar Systems. The GCA-2000 is an autonomous, self-contained radar system consisting of a sensor mounted on an air cushioned trailer and includes a diesel generator, shelter, processing transmit/receive system, climatic control equimentequipment and automatic system monitoring. The Government plans to furnish the initial spare parts inventory to be maintained by the contractor. The following capabilities are pertinent to this acquisition: 1) Provide ASA beginning 15 September 2002. 2) Have or be able to acquire GCA-2000 experience, and perform the supply/support and repair functions on Air Force GCA-2000 equipment. 3) Provide on-call technical support for fault isolation diagnostics, GCA-2000 installation problems and supply/support activities. 4) Provide GCA-2000 technical and engineering support in-house or at remote locations. 5) Prescreen incoming failed GCA-2000 items to test, isolate, and verify failure. 6) Possess or have access to test radars broadcasting in X band (Airport Surveillance Radar/Precision Approach Radar) and L band (Secondary Surveillance Radar). 7) Repair, maintain and modify GCA-2000 hardware/software. 8) Maintain spare parts inventory in a bonded storage area and records of the supply/support actions. 9) Expedite replenishment for critical failure items on operationally deployed GCA-2000 systems at worldwide locations. 10) Provide normal replenishment for non-critical failure items on operationally deployed GCA-2000 systems at worldwide locations. 11) Replenish spare parts inventory after repair of failed items. 12) Plan, budget and track the above identified above-identified tasks. 13) Provide the Government with a monthly status report of all actions taken pertaining to the supply/support and repair of the GCA-2000. 14) Update system manual and distribute changes to the users. If a firm believes it is capable of performing the Governments requirements, they may identify their interest to the Government. Interested firms are requested to submit a statement of qualifications, along with supporting documentation to: ESC/GAK, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103, Attn: Ms. Barbara Cook or via electronic transmission to: Barbara.Cook@hanscom.af.mil. Responses must be received no later than 15 calendar days after the date of this publication and should not exceed ten (10) pages on 8 ? x 11 inch paper with type no smaller than 10 pitch. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal and proposal development phase of this acquisition. The proposed contract action is for services for which the Government intends to solicit and negotiate with one source under authority of FAR 5.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten (10) days after release of the solicitation will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. An Acquisition Ombudsman, Colonel Joseph P. Maryeski, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. See note 22.
 
Web Link
N/A
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00047988-W 20020327/020325213218 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.