Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOURCES SOUGHT

58 -- 275K AEROSTAT TELEMETRY AND COMMAND SYSTEM

Notice Date
7/1/2004
 
Notice Type
Sources Sought
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
Reference-Number-PMS04-275K
 
Response Due
7/12/2004
 
Point of Contact
Sharon Potter, Contracting Officer, Phone 757-764-9371, Fax 757-764-9153, - Jacquelyn Cooper, Contract Manager, Phone 757-764-9126, Fax 757-764-9153,
 
E-Mail Address
sharon.potter@langley.af.mil, jacquelyn.cooper@langley.af.mil
 
Description
The U.S. Air Force, Air Combat Command (ACC), is tasked with the operations, maintenance, and support of the Tethered Aerostat Radar System (TARS). The primary mission of TARS is to support the U.S. Customs Service, and the North American Air Defense Command (NORAD) in counter-narcotics and drug surveillance missions in support of U.S. national security objectives. The objective of this sources sought sysnosis is to obtain market research data for replacement of the 275K Aerostat Airborne Telemetry and Command System to include the Airborne Telemetry and Command System, Ground State of Heath System (GSHS), telemetry link, ground processing equipment, and the system status monitor at the Cudjoe Key FL TARS site. The airborne telemetry system is mounted on a tethered aerostat platform flown at altitudes up to 15,000 feet MSL. This system is used to provide status monitoring and control of the aerostat. The draft requirement document is posted attached for industry review and comments. This is not a formal Request for Proposal, and no contract will result from this synopsis. ACC is conducting market research in an attempt to promote full and open competition to the maximum extent practicable, and to define our requirements in performance based terms. The government anticipates issuing an Indefinate Delivery, Indefinate Quantity (IDIQ) type solicition for this effort in mid to late Aug 2004. The NAICS for this effort is anticipated to be 517910. A determination regarding the set aside status for this effort as well as the commerciality of this effort has not been made. In an effort to streamline the process of acquiring documentation, the Government intends to post copies of current contract information, draft documents associated with this proposal and questions/answers relating to the acquisition on the FedBizOpps website (www.eps.gov). If you are interested in this requirement, please submit your company name, address, phone number, fax number, business size, and a point of contact to e-mail address acccons.telemetry@langley.af.mil so that your company can be added to the Interested Parties List. This acquisition will be initiated with a conference for government and industry representatives scheduled for mid Aug 04. Information regarding the conference, location, agenda, current contracts, draft Request for Proposal (RFP), and other pertinent information will be posted to FedBizOpps at a later date. The draft requirement document with technical exhibits, draft CLIN structure, information concerning invoicing, Request for Business Size Standard Information package, Commercial Item Questionnaire package, initial questions from industry with governmnet responses has been posted with this announcement. Potential vendors shall submit the following information in electronic format to e-mail address acccons.telemetry@langley.af.mil by 12 noon EDST on 12 Jul 04: 1) Request for Business Size Standard Information package, 2) Commercial Item Questionnaire package, 3) review comments of the draft requirment document, 4) notice of governmnet’s intenet to use Wide area Workflow system for receiving invoices, and 4) Rough Order of Magnitude broken out by cost for the initial system, 1 additional system, spare parts for two systems, installtion/testing/training, and technical/on-site assistance for 1 year. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/AACCONS/Reference-Number-PMS04-275K/listing.html)
 
Place of Performance
Address: MM21.5 Blimp Road Bldg 12920 Cudjoe Key FL
Zip Code: 33042
Country: USA
 
Record
SN00663848-F 20040903/040901214107 (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.