Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
MODIFICATION

62 -- Expeditionary Airfield Lighting System II (EALS II) - TECHNICAL DATA PACKAGE

Notice Date
3/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8533-10-R-25009
 
Archive Date
5/31/2010
 
Point of Contact
Brandi R. Matlock, Phone: 4789262241, Patricia (Lauren) L Farrell, Phone: (478)222-1906
 
E-Mail Address
Brandi.Matlock@robins.af.mil, Lauren.Farrell@robins.af.mil
(Brandi.Matlock@robins.af.mil, Lauren.Farrell@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is for a 6-year Firm-Fixed Price Requirements-Type Indefinite-Delivery contract for the procurement of the Expeditionary Airfield Lighting System (EALS II). The EALS II is a light emitting diode (LED) remote airfield lighting system used to support the Air Force Module (FM) construct by providing four separate, progressively accumulative modules. The EALS II will be deployed in a building block manner, with each subsequent module augmenting a progressively larger and more complex airfield lighting package. The EALS II will be capable of providing a pilot who is 4 statue miles away with the visual cues needed to set up an approach and land at night and in low-visibility conditions. Once the aircraft has landed, the EALS II will provide the visual cues needed to complete the landing rollout, avoid obstacles marked by the obstruction lights, taxi along the runway onto the taxiway, and proceed towards the parking ramp and hangar area. The EALS II will be capable of fully supporting aircraft launch and recovery operations during IFR conditions (precision and non-precision IFR criteria). The EALS II will fully support aircraft launch and recovery operations during blackout conditions and when pilots are using night-vision goggles (NVG). Material: Various The requirement will consist of one basic period of 24 months and 4 annual options. The tentative best estimated quantities (BEQs) are as follows: NSN 6320015768908EJ (Module 1): Basic Qty: BEQ 1; Opt I: BEQ 1; Opt II: BEQ 1; Opt III: BEQ 1; Opt IV: BEQ 1 NSN 6230015768911EJ (Module 2): Basic Qty: BEQ 1; Opt I: BEQ 11; Opt II: BEQ 11; Opt III: BEQ 11; Opt IV: BEQ 13 NSN 6230015768912EJ (Module 3): Basic Qty: BEQ 1; Opt I: BEQ 12; Opt II: BEQ 14; Opt III: BEQ 15; Opt IV: BEQ 16 NSN 6230015768913EJ (Module 4): Basic Qty: BEQ 1; Opt I: BEQ 7; Opt II: BEQ 7; Opt III: BEQ 7; Opt IV: BEQ 7 There is no minimum or maximum order amount established. FAR Part 12 & 15 procedures will be utilized w/ extensive pre-production testing required for each module before production is authorized. Multiple USAF shipping locations are involved. Delivery schedule: Delivery Requirements will be identified in the RFP Offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the RFP. The Government will utilize the Technically-Acceptable Performance Price Trade-Off (TA-PPT) procedures, and will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP. It is anticipated that the RFP will be released on or around 2 March 2010 and anticipated award on or before 14 September 2010. Electronic procedures will be used for this solicitation. To request a copy of this solicitation, go to http://www.fedbizopps.gov. All responsible sources may submit a proposal which shall be considered by the agency. Note: This is a total small business set-aside. Note: Please submit all questions via email to Brandi.Matlock@robins.af.mil with a copy to Lauren.Farrell@robins.af.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-10-R-25009/listing.html)
 
Record
SN02080814-W 20100304/100302235342-de3353de400c6f378cc36c1adfcdca0d (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.