Federal Bid

Last Updated on 11 Aug 2021 at 7 PM
Sources Sought
Hanscom air force base Massachusetts

Request For Information (RFI) Ukraine NAVAIDS

Solicitation ID FA8730UKRAINERFI
Posted Date 11 Aug 2021 at 7 PM
Archive Date 30 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8730 Digital Directorate Aflcmc H
Agency Department Of Defense
Location Hanscom air force base Massachusetts United states 01731

REQUEST FOR INFORMATION (RFI)

AFLCMC/HBAN – Aerospace Management Systems Division

International Affairs & Foreign Military Sales Branch

  1. Description

1.1 The Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (AFLCMC/HBAN) is seeking information on how an interested contractor would support a Foreign Military Sales (FMS) procurement for one (1) Doppler VHF Omni Directional Range/Distance Measuring Equipment (DVOR/DME), three (3) Instrument Landing System/Distance Measuring Equipment (ILS/DME), and all necessary communications and electrical power infrastructure, in support of a United States Government (USG) foreign partner, the Ukraine Air Force (UAF).

1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the USG to contract for any supply or service whatsoever.  Further, the USG is not at this time seeking proposals and will not accept unsolicited proposals.  Respondees are advised that the USG will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.  If a solicitation is released, it will be synopsized on the System for Award Management (SAM.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

  1. Background

The program is in support of USG foreign partner, the UAF.  The program will provide one (1) DVOR/DME and three (3) ILS/DME systems. The procurement effort includes contractor site survey, systems production, systems installation, site acceptance testing (SAT), Operator & Maintainer (O&M) training, flight inspection, spares, consumables, warranty & repair/return.  

The procurement effort also include provisioning fiber optic communications infrastructure cables and equipment from the systems electronic shelters to the Air Traffic Control Tower (ATCT) for system remote equipment integration and electrical power infrastructure from existing Air Base power stations to equipment shelters.  All fiber and power cable elements will be direct buried, and not include conduits and manholes.

One ILS/DME system will be provided to Starokostyantyniv Air Base.  One DVOR/DME and two ILS/DME systems will be provided to Ozerne Air Base.  Both systems will include a utility telephone system connecting equipment shelters to their respective Air Traffic Control Tower (ATCT) Cab.  Both systems will each include one (1) mobile ATC radio, of necessary range, for communications between Contractor technicians at the equipment shelters with the Flight Inspection aircraft.

  1. Requested Information

3.1 For any yes/no questions, please describe, to the extent possible, how you perform the activity and/or service in question.

3.1.1    Interested potential sources should respond by identifying:

                        a.         Interest in this effort.

                        b.         Small business status; including small, small-disadvantaged, women-owned, Historically Underutilized Business Zone (HUBZone) and/or service-disabled veteran, and covering all socio-economic programs.

            3.1.2    Interested potential sources should identify their capabilities and recent experience (last 5 years) in providing capabilities similar to the systems listed in 1.1 of this RFI.  Responses should address:

                        a)         Experience in training different skills levels in use and mastery of systems being procured or similar systems.

                        b)         Experience in solutions successfully supporting procurement & sustainment efforts of systems being procured or similar systems.

3.2 In delineating previous experience, identify the complexity, scope, dollar value, start and end dates of the effort, customer point of contact. Relate scope to the requirements identified above and describe breath of experience in delivering similar systems.

3.3 In addition to detailing how the proposed solution meets all performance requirements, please provide a response to the following questions:

            a)         What is the estimated cost of the proposed solution?

            b)         What is timeline or schedule is required to deliver the proposed solution and complete the performance requirements?

4.0 Responses

4.1 Interested parties are requested to respond to this RFI with a white paper.

4.2 White papers in unclassified pdf format are due no later than 15 SEPTEMBER 2021, 1600 EST.  Responses shall be limited to 10 pages for Section 2 and submitted via e-mail to the personnel listed below. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.  To aid the Government, please segregate proprietary information. Any submissions in response to this RFI constitutes consent for that submission to be reviewed by Government personnel and Advisory & Assistance Services (A&AS) Contractor employees supporting AFLCMC/HBAN. Please be advised that all submissions become Government property and will not be returned.

Tyler LeBlanc                                                 [email protected]

Denis Grenier                                                  [email protected]

Eileen S. Smith           (251) 213-0134           [email protected]

4.3.  Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum:

4.3.1.  Name, mailing address, , phone number, fax number, and e-mail of designated point of contact.

4.3.2 Recommended contracting strategy. Additionally, does the company currently have a GSA Contract or is part of any other Multiple Award IDIQ to provide the requirement?

4.3.3.  Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services.  “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards.  The FAR is available at http://www.arnet.gov.

4.3.4 The facility security clearance of the offeror.

      4.3.5 The number of pages in Section 1 of the white paper shall not be included in the 5-page limitation, i.e., the 10 page limitation applies only to Section 2 of the white paper.

4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages.

5.0  Industry Discussions

AFLCMC/HBAN representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.

6.0 Questions

Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist, Denis Grenier, and the Contracting Officer, [email protected]. Verbal questions will NOT be accepted.  Questions will be answered via e-mail from the Contracting Officer; accordingly, questions shall NOT contain proprietary or classified information. The USG does not guarantee that questions received after 15 September 2021, 1600 EST will be answered.

7.0 Summary

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can support the requirements laid out in Section 1.1. The information provided in the RFI is subject to change and is not binding on the USG.  The USG has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.  All submissions become USG property and will not be returned.

Bid Protests Not Available

Similar Past Bids

Hanscom air force base Massachusetts 05 Feb 2019 at 3 PM
Hanscom air force base Massachusetts 13 Sep 2021 at 6 PM
Force Pennsylvania 27 Mar 2019 at 3 PM
Location Unknown 01 Feb 2016 at 5 PM
Location Unknown 30 Apr 2013 at 6 PM

Similar Opportunities