Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
MODIFICATION

D -- Aircraft Data Link Service Provider

Notice Date
6/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-15-T-0149
 
Response Due
6/17/2015
 
Archive Date
8/7/2015
 
Point of Contact
Kevin, 7038064479
 
E-Mail Address
MICC - Fort Belvoir
(kevin.j.lipinski.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MICC - Fort Belvoir This sources sought announcement is for information and planning and market research purposes only; it is not a commitment to the Government. A contract may not be awarded as a result of this sources sought announcement. The Mission and Installation Contracting Command-Fort Belvoir (MICC), on behalf of the Headquarters, U.S. Army Operational Support Airlift Command Fort Belvoir Flight Center intends to procure non- personal services or products necessary to provide Data Link Services. The contractor shall provide a capability statement that addresses how the vendors will provide the supplies necessary to meet the government minimum requirements IAW with the following specifications: Data Link Service Provider. The Data link programming shall work with the Flight Management System in our UC-35A aircraft which is the UNIVERSAL UNS-1000 (Type 1ESPW) Flight Management System (FMS) and via our onboard Communications Management Unit (CMU). The data link service provider shall be compatible with the current main provider of the service, Rockwell Collins ARINC Direct, to ensure continuity of software and training. This service provider shall provide accurate tracking of landing times of our UC-35 aircraft sent to the Flight Operations Software (FOS) our Flight Management System. The ability of worldwide VHF data link service. Text Weather, Digital ATIS, Terminal Weather Information for Pilots (TWIP) in the aircraft, and Pre-Departure Clearances (PDC/DCL) received in the aircraft. Technical Support Services that are offered throughout the world, since we have missions that can take us throughout North and South America, and beyond. The services should also be available 24 hours a day, and 7 days a week since we are called to perform our missions at all times throughout the year. Using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 10:00 AM, 17 June 1, 2015, the requirement will be solicited as a 100% set-aside for small business accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS 517210 with a size standard of 1,500 employee are encouraged to submit their capability packages. The capability packages for this source sought is not a request for proposal, but rather statements regarding the company's existing experience in relation to the areas specified above. Capability packages shall not exceed Five (5) pages and shall be submitted via e-mail to Kevin J. Lipinski at kevin.j.lipinski.mil@mail.mil, at with a courtesy copy (cc) to Haydee L. Soto-Carreras, at haydee.l.soto-carreras.civ@mail.mil at no cost to or obligation to the Government. Respondents shall not submit any proprietary information when responding to this RFI. To assist us in maintaining a list of small business interest concerns for this procurement, please provide your company's name, point of contact (POC), address, phone number, e-mail address, business size under the above NAICS code and CAGE Code to Kevin J. Lipinski at kevin.j.lipinski.mil@mail.mil with a courtesy copy (cc) to Haydee L. Soto-Carreras, at haydee.l.soto-carreras.civ@mail.mil, for this procurement. All amendments will be posted and must be retrieved from this website. quote mark Responses to the Sources Sought shall be submitted by email to the POC identified below. No solicitation mailing list will be compiled. No phone calls will be accepted. Contractors are responsible for all costs for submitting their capability packages. POC is Kevin J. Lipinski at kevin.j.lipinski.mil@mail.mil or Haydee L. Soto-Carreras, at haydee.l.soto-carreras.civ@mail.mil. Questions must be submitted by 8 June, 12 noon local time. Responses will be posted 10 June 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/913220448e1b17c0484836840c4b9fe5)
 
Place of Performance
Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
 
Record
SN03757078-W 20150610/150608235231-913220448e1b17c0484836840c4b9fe5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.