This is a Sources Sought announcement. The 55th Operations Support Squadron intends to contract one (1) contractor to provide one (1) SELEX 2100 ILS Localizer to the 55th Operations Support Squadron on Offutt Air Force Base, Nebraska.
The Designated NAICS Code is 334511, Size Standard of 1,250 Employees, Product Service Code 5825.
This requirement is a 100% Small Business Set-Aside
Your response shall include the following information:
• Size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.),
• CAGE Code
• Active SAM Registration
• A Capability Statement documented in a .PDF file stating your company's capability to do this type of work.
The information should be sent to 55 CONS via e-mail to [email protected] by 1100 (11:00 AM) Central Standard Time on 05 September 2019.
IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
Statement of Work
Removal/Installation of SELEX 2110 Localizer
Building 145
2 July 2019
1. Program Overview: The work covered by this Statement of Work consists of all labor, tools, equipment, transportation, supervision, and materials necessary in performing all work requiring installation and reconfiguration of the 12 SELEX 2110 localizer array. It should include removal and replacement of the shelter facility, transmitter cabinet and all associated radio frequency cabling. It is the intent of these specifications to govern the installation/reconfiguration the localizer portion of the 12 Instrument Landing System (ILS) at Offutt Air Force Base.
1.1. Minimum Specifications: The requirements contained herein are the minimum required specifications and features to be accepted under the resulting contract.
2. Scope of Work:
The contractor shall furnish all labor, transportation, materials, equipment, special tools, expertise, supervision and services required to install the complete and fully operating SELEX 2110 localizer array.
2.1 Installation: Installation shall be performed under the direct supervision of at least (1) full time factory trained and authorized installation representative.
2.2 Products: Product(s) will be shipped within 120 days upon receipt of the contract being awarded.
2.3 Manufacturer's Standards: The contractor shall install all items to meet industry and Manufacturer's standards and instructions. Workmanship and products shall be under warranty for 1 year.
2.4 Equipment Loss or Damage: Areas not identified to be removed or worked under this contract that are disturbed or damaged during construction shall be removed and replaced at no additional cost to the Government.
2.5 Final Acceptance Inspection: Upon completion of all of the work, there will be a final acceptance inspection. The local RADAR, Airfield, and Weather Systems (RAWS) technicians will accomplish and ILS Federal Aviation Administration flight inspection to certified the localizer usable and restored. This will finalize the equipment installation contract.
3. Government-Furnished Property and Services: The Government shall provide temporary storage facilities for equipment shipment prior to installation, in addition the local RAWS work center will coordinate with local agencies for utility removal and installation on new equipment.
3.1 Property: Building 145, Navigational aid shelter (east end of runway)
3.2 Utilities: The contractor shall ensure employees practice utility conservation. The contractor shall operate under conditions that prevent the waste of utilities.
4. General Requirements:
4.1 Security Requirements and Base Access: An Air Force Form 75 (AF 75), Visitors Pass is required for all employees and vehicles. The AF Form 75 will be issued IAW OAFBI 31-101, section 8.5.11. The contractor shall ensure the pass and identification items required for contract performance are obtained and renewed (as required) for employees and non-government owned vehicles. Contractors shall access the base using the contractor gate (South entrance) and are subject to vehicle search. Contractors will be responsible for escorting all material trucks required for the project from the contractor gate to the job site and back off base. Escort privileges must be included in the AF Form 75 request for an individual to be an escort.
1. SOO/TRP Template for NETCENTS-2 Products Purchases
55 Operations Support Squadron, RADAR, Airfield, and Weather Systems (RAWS)
2. Purpose
The attached quote for the replacement of the SELEX 2110 localizer array was severely damaged from the recent flood and is needing to be replaced, along with facility shelter, and associated radio frequency (RF) cabling. This quote also covers the contractor for the installation as well as the technical assist from headquarters Air Force Flight Standards Agency (AFFSA) temporary duty costs. The 2110 localizer array is a 20 element localizer that provides centerline signals to the aircraft on approach. The Instrument Landing System (ILS) is utilized by all aircraft during instrument flight rules. This denotes any aircraft flying over 20,000 feet.
3. Technical Requirements
The contractor shall ensure that all applicable Commercial-Off-The-Shelf (COTS) products comply with 31R4-2GRN30-32, Localizer Combined Maintenance Operation Instruction
3.1 Special Asset Tagging
There is no special equipment tagging for this system.
3.2 Energy Star Mandate
The contractor shall ensure the product meets Energy Star guidelines.
4. Ordering Table
See Attached Quote
5. Technical Contractual Requirements
5.1 Technical Refresh
In order to ensure new design enhancements and technological updates or advances, the contractor shall offer, under this DO, hardware and software components available to the contractor's commercial customers. Furthermore, the contractor shall make available any commercially available updates to the hardware and software provided under this DO. If such updates are available to other customers without charge, then they shall also be made available to the Government without additional charge. The contractor will ship these updates to existing customers who have acquired the hardware/software being updated under this DO. Vendor commercial product offerings shall include "state of the art" technology, i.e., the most current proven level of development available in each product category.
5.2 Trade Agreement Act (TAA)
All proposed products must be compliant with the Trade Agreements Act of 1979 (TAA) and related clauses in Section I of this contract. In accordance with DFARS 252.225- 7021, the Trade Agreements Certificate at DFARS 252.225-7020 shall be provided for each end item defined and specified in a solicitation that exceeds the TAA threshold subject to the waivers and exceptions provided in FAR 25.4, and DFARS 225.4 offered in response to any RFQ issued under this contract. Please note that Federal Acquisition Regulation (FAR) paragraph 25.103(e) includes an exemption from the Buy American Act (BAA) for acquisition of information technology that is commercial items.
5.3 Authorized Resellers
The contractor may be an authorized reseller of new and refurbished/remanufactured equipment for OEMs proposed under this DO. The contractor may also procure directly from the OEM or utilize other legitimate distribution channels to provide the required products in accordance with the OEM's policies on reselling. Any contractor's channel relationships with their OEM partners (gold, silver, etc.) will be represented in the best pricing offered. If the contractor is not an OEM reseller, the contractor shall clearly identify this on the submitted proposal and list the OEM resell partner's registered relationship with the OEM. DOs may restrict the use of authorized resellers, specific OEMs, or identify required OEMs. The contractor shall ensure all products are genuine and eligible for any OEM warranties, maintenance agreements and licensing as offered. Genuine products are those products the OEM, by their policy, considers not "secondary", destroyed, stolen or scrapped.
5.4 Remanufactured/Refurbished Products
Any product offering that is remanufactured or refurbished shall be clearly identified as such by the contractor on the submitted proposal. Remanufactured products shall have the OEM or factory certification, if available, for that product. Remanufactured and refurbished products shall be certified according to the standards set forth in the policy of the OEM.
5.5 Items on Backorder
In their response to a Request for Quote (RFQ), the contractor shall provide notification, if applicable, that a particular item is on backorder, the expected lead-time to fulfill the order, etc. It shall be implicit that a response to an RFQ with no items identified on backorder is a declaration that the items are available at the time of quote submission.
5.6 Warranty
The contractor shall provide any OEM pass through warranty and standard commercial warranties applicable to the products being purchased at no cost. This shall apply to new, refurbished and remanufactured equipment.
5.7 Safeguarding Classified Information
The contractor shall transmit and deliver classified material/reports IAW the National Industrial Security Program Operations Manual (NISPOM) and the National Industrial Security Program Operating Manual (DoD 5220.22-M). These requirements shall be accomplished as specified in the Delivery Order. All Classified Contracts must have at a minimum, the Clause 52.204-2 Security Requirement, incorporated into the contract.
5.8 Installation
The only time that installation services can be procured is when the services and cost are included in the price of the product as sold commercially. In the rare instances where installation services are required/offered, the contractor shall provide installation support related to the applicable products(s) as defined in the DO. In those instances, the DD Form 254 (DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION) requirements will be addressed in the individual DO and only at the security level necessary.
5.9 Customer Support
The prime contractor shall provide 24x7 live telephone support during the warranty period to assist in isolating, identifying, and repairing software and hardware failures, or to act as liaison with the manufacturer in the event that the customer requires assistance in contacting or dealing with the manufacturer.
5.10 Product Maintenance
The contractor shall provide associated maintenance and upgrades to include spares/parts and emergency support worldwide, during the warranty period.
Delivery Requirements
5.11 DO Order Shipping Date
This DO requires a within 120 days of contract award.
Shipping Information
All products shall be shipped to:
902 Looking Glass Ave BLDG 456
Offutt AFB, 68113
Inspection/Acceptance: The following Government officials are responsible for receiving the products and performing inspection:
Primary POC: MSgt Travis Meyer
Alternate POC: TSgt Torrey Wilcox
Delivery:
120 Days ADC
Attn: MSgt. Travis Meyer
902 Looking Glass Ave BLDG 456
Offutt AFB, NE 68113
Government POC: MSgt. Travis Meyer, 55 Operations Support Squadron, Offutt AFB, NE. Telephone: 402-294-0069, Email: [email protected]