Skip to main content

An official website of the United States government

You have 2 new alerts

FMS Instrument Landing System (ILS) Adjustment RFI

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jun 11, 2024 12:14 pm EDT
  • Original Response Date: Jun 26, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J017 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Concord , MA
    USA

Description

This is a Request for Information (RFI) notice. Any information submitted by respondents to this request is strictly voluntary. All information received from this RFI will be used for planning and market research purposes only. We will treat your response to this RFI as information. The information provided may be used by the Air Force to develop an acquisition strategy, statement of work, statement of objectives, and performance work statement and associated specifications.  Respondents are advised that the

U.S. Government 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 parties’ expense. All submissions become Government property and will not be returned.

Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. To the maximum extent possible, please submit non- proprietary information. Any proprietary information submitted should be identified as such and will be handled accordingly and protected from disclosure. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for damages related to proprietary information that is not properly identified.

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/HB. The responses may be forwarded to other Government entities in consideration for applicability to other programs. All Government and DoD contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. All members of the government and contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligation to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. 

1 Introduction

The Foreign Military Sales (FMS) Branch (AFLCMC/HBAN) is seeking information regarding the Price & Availability (P&A) of readjusting the landing angle for the Instrumental Landing System (ILS) station at Almaza Air Base, Egypt.

1.1 Background

The existing ILS was installed in 2003 and is located on Runway 36 at Almaza Air Base, Egypt.  It currently has a glide path angle of 3.89° but needs to be adjusted to 3.3° while maintaining threshold crossing height (TCH) to be in tolerance according to International Civil Aviation Organization (ICAO) standards of ILS CAT-I.

1.2 Goals & Objectives

HBAN’s aim is to adjust the glide path angle from 3.89° to 3.3° on the ILS on Runway 36 at Almaza Air Base.

A Request for Proposal (RFP) may be released sometime after RFI responses are reviewed.  The period of performance for any potential contract effort as a result of this RFI will be dependent on the offered solutions.  The Contractor will be required to make all necessary changes to modify the glide path angle from 3.89° to 3.3°. The Contractor will also be required to coordinate and attend the commissioning flight check of the glide path with Egyptian Air Force (EAF) representatives after modification.

The EAF has provided the following specification of the glide path station (located on Runway 36) on Almaza AB (installed in 2003) as follows:

  • System description: ILS MK-20A dual equipment dual frequency, co-located with DME- 5960 unidirectional antenna attached to glide path tower
  • ILS Category: CAT-I
  • Runway length: 1874.96m
  • TCH: 51.75 feet
  • Glide path Latitude: N30 05 15.17. Longitude: E0312140.76
  • Glide path frequency: 332MHz
  • Glide path offset: 122m from Runway 36
  • Glide path offset: 271m from Runway 36 extended threshold
  • Glide path antenna tower height: 13.75m
  • Glide path lower antenna height: 4.06m
  • Glide path middle antenna height: 8.13m
  • Glide path upper antenna height: 12.2m
  • Current Glide path angle: 3.89°
  • Desired glide path angle: 3.3°

2 Questions

2.1 Provide the following company information:

            2.1.1    Company name/division, address, telephone number, website URL.

            2.1.2    Point-of-contact name, title, telephone number, and e-mail address.

            2.1.3    Unique Entity Identifier (UEI), CAGE Code, and company structure (Corporation, LLC, Partnership, Joint Venture, etc.). Please note that companies must be registered in the System for Award Management (SAM) to be                                            considered potential sources (https://www.sam.gov).

            2.1.4    Business Size and any socio-economic status (small business, 8(a), small disadvantaged business, woman-owned  business, HUBZone firm, and service-disabled veteran-owned small business).

2.2 Interested respondants should identify their capabilities and recent experience (within the last 5 years) in providing NAVAIDS systems and services similar to the capabilities listed in 1.2 of this RFI.  Responses should address:

  1. Existing solutions that provide capabilities as described
    1. If not completely satisfied, capability to alter the solution to satisfy the needs of the government.
    2. If not completely satisfied, time required to alter solution to satisfy the needs of the government.
  2. Experience in training different skills levels in use and mastery of provided solutions.
  3. Experience in solutions successfully supporting sustainment efforts of physical GFE or other equipment operations.

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.

2.3 Provide a Rought Order of Magnitude (ROM) for a potential solution and an estimated timeline for completing performance.

3.0 Responses

Please submit responses to this RFI to the Contracting Officer and Program Manager listed below via email, no later than 1600 hours Eastern Time on 26 June 2024. Responses shall not exceed ten (10) pages and shall be single spaced with 12pt Times New Roman font.

Ms. Kelsey Riberio, Contracting Officer, Email: Kelsey.Ribeiro@us.af.mil

Ms. Kathleen Hines, Contract Specialist, Email: kathleen.hines.1@us.af.mil

Mr. Brendan Pacelli, Program Manager, Email: Brendan.Pacelli.2@us.af.mil

Please refer any questions regarding this RFI to the Contracting Officer.

Contact Information

Contracting Office Address

  • CP 7812251107 75 VANDENBERG DRIVE BLDG 1630
  • HANSCOM AFB , MA 01731
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jun 27, 2024 11:55 pm EDTPresolicitation (Original)