Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

58 -- GROUND BASED NAVIGATION AIDS FOR OMAN

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/GA, GATO/MC2 Systems Program Office, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103
 
ZIP Code
01731-2103
 
Solicitation Number
FA8730-04-R-0002
 
Response Due
6/15/2004
 
Archive Date
6/4/2004
 
Point of Contact
Mr. John Wilder, 781-377-5612
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(kovacs@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GROUND BASED NAVIGATION AIDS for Oman. This announcement serves as a NOTICE OF CONTRACT ACTION (NOCA) to all potential offerors that on or about 15 April 2004, the Global Air Traffic Operations/Mobility Command and Control System Program Office (GATO/MC2 SPO at Hanscom AFB, Massachusetts, anticipates the release of a Request For Proposal (RFP) F19628-04-R-0002 for FMS Case MU-D-DAA. The Royal Air Force Oman (RAFO) is replacing landing systems and NAVAIDS at two airfields in Oman. The items and services to be purchased are as follows: a) three (3) Instrument Landing systems (ILS) meeting the performance requirements of ICAO Annex 10 to support Cat II precision instrument approaches for two airfields in Oman (i.e., ILS at one end of each of two runways, 17 and 25, at Masirah and at one end of runway 17 at Thumrait), to include localizers, glidelsope, middle markers, near and far field monitors, electronics, outfitted shelter (where required), cabling and interconnects, three year supply of spares for each system at each airfield, five year warranty coverage, specialized test equipment, remote control and status monitor, factory acceptance test, system installation and site acceptance test, support to customer commissioning flight test (and optionally conduct of flight test), operations and maintenance manuals in English, and operations and maintenance training in country; and b) two VORTAC systems meeting the requirements of ICAO Annex 10 and Mil-Std-291 (one VORTAC at each airfield identified above), to include prime mission equipment, shelters (if required), cabling and interconnects, three year supply of spares at each airfield, five year warranty coverage, specialized test equipment, remote control and status monitor, factory acceptance test, system installation and site acceptance test, support to customer commissioning flight test (and optionally conduct of flight test), operations and maintenance manuals, operations and maintenance training in country. Both the ILS and the VORTAC systems will be acquired using the total package approach using Foreign Military Sales acquisition procedures. All shipping will be by freight forwarder contracted by RAFO. The military airfields identified above have legacy NAVAIDS equipments in place, and harsh environmental conditions exist at both airfields. Site surveys and site survey reports will be required. Removal of legacy systems and limited site preparation, in accordance with the contractor provided Site Survey Reports, will be accomplished by RAFO. Training for the above systems will be conducted on-site and be administered by the Air Force Security Assistance Training Agency. The systems described above must be commercial off the shelf items with proven field usage. Our goals include acquiring proven, highly reliable systems meeting the requirements identified above, and which are easily sustainable systems across the system's life cycles, and achieve earliest reasonable delivery time for all systems identified above. Contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting System (see http://www.ccr2000.com/). An Acquisition Ombudsman, Colonel David Temple, 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 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. All correspondence relating to this matter should be e-mailed, faxed, or mailed to ESC/GAK, Attn: Thomas Kovacs, 781-377-3734, fax 781-377-9139, e-mail Kovacs@hanscom.af.mil, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103. The Government may solicit firms meeting the screening criteria in this Notice of Contract Action. ***** CITE: (D-068 SN50F7A7)
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00559058-W 20040404/040402212031 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.