Inactive
Notice ID:36OSS-ILS
The 36th Contracting Squadron, Andersen AFB, Guam intends to award a firm-fixed price, sole-source procurement action to Indra Air Traffic, Inc. (cage code 9G6Y8, 11300 W 89TH St Overland Park, Kansas...
The 36th Contracting Squadron, Andersen AFB, Guam intends to award a firm-fixed price, sole-source procurement action to Indra Air Traffic, Inc. (cage code 9G6Y8, 11300 W 89TH St Overland Park, Kansas 66214-1702, United States) for ILS (Instrument Landing System) parts/equipment to include cable assemblies, installation kits, cable kits, light kits, and antenna arrays. An ILS 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. This purchase will be made under Simplified Acquisition Procedures and Other Than Full and Open Competition as authorized by FAR 13.106-1(b). The anticipated award date is 01 December 2023. Please note that this is not a request for competitive quotes/proposals. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the equipment listed. ILS (Instrument Landing System) cable assemblies, installation kits, and antenna arrays are critical items necessary for Andersen Air Force Base's continued operation of its two runways. This equipment will allow continued operations in inclement weather, providing Instrument Flight Rules arrivals and departures. All Localizer sites must have maintainer adjustable output levels to interface with existing ATC (Air Traffic Control) equipment. All standards established herein are required for two independent Localizer sites. The end goal is to have two ILS Localizer sites rebuilt to sustain continued and safe operations of Andersen's two primary runways. Two complete ILS Localizer sites will need to be re-established, this requires 14 total component orders, with some including itemized parts included within. Required Antenna Specs: Number of Elements 14 log-periodic dipole antennas Frequency Range 108.0-112.0MHz VHF Horizontal Coverage +/- 35 Degrees Vertical Coverage 7 Degrees Coverage Limits >18 NM within +/- 10 Degrees >10 NM within +/- 35 Degrees Power Requirements 120VAC 50/60-Hz Market Research is being conducted to identify potential sources to provide the equipment and determine if this effort can be competitive. A determination by the government not to compete this requirement based on responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A Sole Source Justification Letter will be posted with the Notice of Intent to Award Sole Source IAW Far 6.305(a). The closing date for this notice is 06 Nov 2023 at 4:00 PM ChST (Chamorro Standard Time). For information regarding this purchase, please contact Lt Ty Modgling at ty.modgling@us.af.mil.