Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

17 -- DEPLOYABLE INSTRUMENT LANDING SYSTEM (D-ILS)

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
75 Vandenberg Drive Building 1630 Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
R1664
 
Description
1. The 853d Electronic Systems Group (853 ELSG), 641st Electronic Systems Squadron (641 ELSS), Landing Systems program office located at Electronic Systems Center (ESC), Hanscom AFB, MA is requesting information from industry to assist in the planning for the development and procurement of D-ILS. D-ILS is envisioned to provide an equivalent fixed based Instrument Landing System (ILS) capability at tactical airfields and will also provide a fixed based ILS restoral capability (e.g., natural disaster or humanitarian relief efforts). The Department of Defense (DOD) transformation vision relies heavily on more expeditionary, adaptable, enduring/persistent and agile joint forces, which in turn places increased emphasis on aviation assets for deployment, employment, sustainment and redeployment. 2. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication the US Air Force (AF) or ESC will contract for the items contained in the RFI. ESC will not pay respondents for information provided in response to this RFI. 3. This RFI is part of a Government market research effort to determine industry capabilities to develop and produce a D-ILS beginning in early FY08 and extending at least through FY10. Air Traffic Control and Landing Systems (ATCALS) transformation plans notionally call for completing system development and testing in FY09 and procuring up to 20 systems in FY10. CONDITIONS: The D-ILS may be used in conjunction with a deployable Airport Surveillance Radar (ASR), Tactical Air Navigation (TACAN) or both, to provide guidance to the final approach path; the D-ILS may arrive at its operating location by airdrop, sling load, aircraft, ship, overland vehicle transport or a combination of these methods; a site survey may be required to identify the best location for the equipment, and the data will be passed to Terminal Instrument Procedures (TERPS) personnel for development of approaches; equipment setup by two persons should be accomplished regardless of environment; the operato rs may be wearing cold weather gear or possibly a chemical warfare ensemble; the D-ILS must be capable of passing Operational Fight Inspection per FAA Order 8200.1C. Please provide formal responses to the tasks listed below. Address your capabilities to accomplish the below tasks and provide highlights of successful past experience on similar government contracts within the past 5 years. a. Describe your capability to develop and manufacture a D-ILS. Description of capabilities should include your experience developing and fielding other tactical and fixed precision landing systems or other navigational aids. b. Describe your capability to develop and conduct a D-ILS operator and maintenance training course. Training may be conducted at both CONUS and OCONUS sites. c. D-ILS requirements will include the need for a remote maintenance capability which allows authorized remote maintainers to have full access to the system for monitoring, diagnostics, and system operating parameter adjustments. This remote maintenance capability may be at the location where the system is installed or at a central location where maintainers will have responsibility for multiple systems. Describe your experience in successfully incorporating remote maintenance in other systems or ATCALS equipment. d. The D-ILS requirements will include a 15 year warranty and a ship-within-24-hours-of-notification turn around time for replacement parts. Describe your experience implementing this type of logistics on ATCALS or other products. e. What is your estimated ramp-up time from contract award to first article test? 4. Please provide your response electronically on no more than five single-sided, single-spaced pages using 12-point, Times New Roman font, and minimum one-inch margins, in Microsoft? Word or compatible format. Responses to this RFI are requested by close of business on 28 Sep 2007. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses and correspondence related to this matter should be e-mailed (preferred), or mailed to: 853rd ELSG (Attn: Mr. Richard Sheppard) 75 Vandenberg Drive Hanscom AFB, MA 01731-2103 E-mail: richard.sheppard@hanscom.af.mil Voice: (781) 377-4322 5. Questions concerning this RFI should be directed to Mr. Richard Sheppard via email; richard.sheppard@hanscom.af.mil, or at (781) 377-4322. Contracting Officer is Mr. Tom Leeds, (781) 377-5612.
 
Web Link
DEPLOYABLE INSTRUMENT LANDING SYSTEM (D-ILS) on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1664)
 
Record
SN01398806-W 20070909/070907221442 (fbodaily.com)
 
Source
FedBizOpps 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.