AN-TRN-41 Tactical Air Navigation (TACAN) Replacement
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Mar 14, 2022 10:42 am CDT
- Original Response Date: Mar 25, 2022 04:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5825 - RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
DATE: 14Mar22
Notice to Offerors
(a) Offerors are advised that technical and cost/price data submitted to the government in response to this solicitation may be released to non-government advisors for review and analysis. The non-government advisor support will be provided by:
Oasis Systems, LLC CAGE 1EDN2
POC- Karl Reichl, Director HBA Division (kreichl@oasissystems.com & Karl.reichl.ctr@us.af.mil)
Non-Government Advisor: Arlington Tasi (Arlington.Tasi.Ctr@us.af.mil)
Non-Government Advisor: Michael Brown (Michael.Brown.340.Ctr@us.af.mil)
(b) Offerors shall complete paragraph (b)(2) or provide written objection to disclosure as indicated in paragraph (b)(1) if the offeror objects to disclosure of a portion of the proposal, the consent in (b)(2) should be provided for the remainder of the proposal.
(1) Any objection to disclosure*:
(i) Shall be provided in writing to the contracting officer within 10 days of RFP issuance; and
(ii) Shall include a detailed statement of the basis for the objection. The detailed statement shall identify the specific portions of the proposal the offeror objects to disclosure to non-government advisors.
(2) I understand technical and cost/price data submitted to the government in response to this solicitation may be released to non-government advisors. I consent to release of any (unless objection is provided in (b)(1) above) proprietary, confidential, or privileged commercial or financial data provided by the firm(s) named below in response to this solicitation, to non-government advisors for review and analysis; I have entered into (or will enter into) a non-disclosure agreement(s) with the non-government advisor(s), or with the company employing the non-government advisor(s); and, I will submit a copy of any such agreements to the Contracting Officer not later than the date established in this solicitation for receipt of proposals:
Firm:
Name (individual authorized to commit firm):
Title:
Date of Execution:
Signature:
* Note: The Government is the final arbiter in the disposition of any disclosure objections.
FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (modified)
(a) The Government does not intend to award a contract on the basis of this solicitation/notice or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection FAR 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.
(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
(c) This solicitation/notice is issued for the purpose of planning for both the Government and the Contractor. The Government is anticipating requesting a proposal back for this requirement within 30 days of the release of the request for proposal (RFP). To adequately prepare for this, the Government is providing draft documents. These draft documents are subject to change with release of the RFP. The government will NOT have time in the contract award schedule to allow for proposal extensions. The anticipated RFP release date is 22 Apr 22. The anticipated contract award date is 19 Aug 22. These dates are not tied together. The goal would be to make up time during the selection process if the RFP release is later than anticipated.
The minimum Technology Readiness Level (TRL) is 8, the minimum Manufacturing Readiness Level (MRL) is 9 (note: TRL/MRL levels have changed since the last RFIs).
As of today, the best estimated quantity for the anticipated ID/IQ is 68 total systems. The USAF may order systems for other Federal Agencies on this ID/IQ. Currently we are considering ordering up to 146 systems. The maximum for the ID/IQ will be set using dollar value and not system quantity. The anticipated minimum order for the ID/IQ is for five systems. See Attachment MP TACAN Delivery Order 1 Draft for more information.
The Government will host a virtual pre-solicitation conference on 21 Mar 22 via Government Zoom. Please submit a request for a one-hour block of time and an alternate one-hour block of time between 0900 and 1500 CST. Please also include the names, titles, and email addresses of all attendees. Please submit your request by COB 17 Mar 22 via email to Amanda Jones (Amanda.Jones.39@us.af.mil) and cc Cathy Tassell (Cathy.Tassell@us.af.mil). Please also include any questions you have prepared. You will be able to ask additional questions during the meeting. The government will post all sanitized questions and answers to SAM.GOV.
To assist with RFP planning, please provide a response to the below questions by COB 25 Mar 22 all responses should be provided via email to Amanda.Jones.39@us.af.mil and cc Cathy.Tassell@us.af.mil. You may also use the DoD SAFE site located at the following link: DoD SAFE (apps.mil) instead of email with attachments. Currently we are planning on requesting proposal deliveries using DoD SAFE, so this is a good time to get familiar with it if you have not used it previously. If you do use it, please also send Amanda Jones an email notifying the Government of the submission. If you have any issues with it call Amanda Jones at 714-343-7808.
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 4460 3001 STAFF DR BLDG 3001 STE 2AH86A
- TINKER AFB , OK 73145-3303
- USA
Primary Point of Contact
- Amanda Jones
- amanda.jones.39@us.af.mil
- Phone Number 7143437808
Secondary Point of Contact
History
- Aug 31, 2022 10:55 pm CDTPresolicitation (Updated)
- Apr 12, 2022 01:26 pm CDTPresolicitation (Updated)
- Apr 09, 2022 10:56 pm CDTPresolicitation (Updated)
- Mar 14, 2022 11:47 am CDTPresolicitation (Updated)
- Mar 14, 2022 10:42 am CDTPresolicitation (Original)
- Aug 21, 2021 10:56 pm CDTSources Sought (Updated)