Alaska Bids > Bid Detail

Instrument Landing System

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159481584636524
Posted Date: Oct 16, 2023
Due Date: Oct 20, 2023
Source: https://sam.gov/opp/d1d9219f41...
Follow
Instrument Landing System
Active
Contract Opportunity
Notice ID
FA5000-SS-ILS-INDRA
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
PACIFIC AIR FORCES
Office
FA5000 673 CONS LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) ANCHORAGE, ALASKA, USA
  • Updated Published Date: Oct 16, 2023 10:03 am AKDT
  • Original Published Date: Oct 04, 2023 12:12 pm AKDT
  • Updated Response Date: Oct 20, 2023 04:00 pm AKDT
  • Original Response Date: Oct 20, 2023 04:00 pm AKDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 04, 2023
  • Original Inactive Date: Nov 04, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Anchorage , AK
    USA
Description View Changes

1. Purpose



THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The 673d Contracting Squadron, Joint Base Elmendorf-Richardson (JBER), Alaska intends to award a firm-fixed price, sole-source procurement action to Indra Air Traffic, Inc. for an Instrument Landing System under the authority of FAR Part 13.501(a)(1).



This Sources Sought Synopsis (SSS) is pursuant to FAR PART 10 in support of Market Research being conducted by the United States Air Force to identify potential sources to perform installation/upgrade maintenance support services and determine if this effort can be competitive. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract based on this market research. No funds are available to fund the information solicited. The Government will use this information to determine the best future acquisition strategy for this procurement.



2. Program/Capabilities Information



The scope of this contract is to acquire one complete integrated Instrument Landing System (ILS) with two ILS Very High Frequency (VHF) Localizers (LOC), two ILS Ultra High Frequency (UHF) Glide Slope (GS), six Local Maintenance and Monitor Systems, six Remote Maintenance and Monitor System, and two sets of spare Localizer/Glide Slope including acquiring, integrating, fielding, testing, and certifying a CAT I ILS at JBER, Alaska. The ILS system will be installed in accordance with International Civil Aviation Organization (ICAO) standards to include ICAO Annex 10 and Annex 14. This contract is considered a turn-key procurement which includes the acquisition of a CAT I ILS, associated system hardware and software, support equipment, infrastructures, operations and maintenance (O&M) training, and manuals needed to integrate the subsystems into an operationally safe, suitable and effective Instrument Landing System as determined by the government.



To be eligible for life cycle support via the Centrally Managed AN/GRN-29 (V)1 program. An ILS (Glideslope & Localizer) may only include the equipment described in the AN/GRN-29(V)1 Air Force Technical Orders (TOs). The SELEX 2100 is the only approved ILS transmitter system found in AN/GRN-29(V)1 TO’s.



3. Required Information



a) The proposed North American Industry Classification Systems (NAICS) Code is 334511, which has a corresponding Size Standard of 750 Employees. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses, as well as SB Teams. The government requests that interested parties who can meet this requirement respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners.



b) Please e-mail your response to the following primary address: susan.reinhart.1@us.af.mil, no later than 4:00 pm Alaska Standard Time, 20 October 2023. This SSS is issued solely for informational and planning purposes. No funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions of information will not be accepted.



c) Company Name and Address



d) Cage Code



e) Unique Entity ID (UEI) Number



f) Company business size by NAICS code



g) Small Business Type(s), if applicable



h) Point of Contact for questions and/or clarification



i) Telephone Number, fax number, and email address



j) Web Page URL



k) Teaming Partners (if applicable)



l) Provide any recommendations and/or concerns.



m) Responses and/or questions to this synopsis will be posted through SAM.gov.





4. Respond with the requested information to:



Ms. Susan Reinhart (Primary)



Contracting Officer



907-552-5558



susan.reinhart.1@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 907 552 5614 10480 SIJAN AVE STE 242
  • JBER , AK 99506-2501
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >