Sentinel NC3 Equipment Transfer (SET)

Agency:
State: Wyoming
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159350587536645
Posted Date: Nov 27, 2023
Due Date: Dec 7, 2023
Source: Members Only
Follow
Sentinel NC3 Equipment Transfer (SET)
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE NUCLEAR WEAPON CENTER
Office
FA8735 AFNWC HCK NC3
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 27, 2023 05:11 pm EST
  • Original Response Date: Dec 07, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 22, 2023
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82001
    USA
Description

Place of Performance:



The Antenna Suites identified for uninstall, excavation, pack, ship, and demolition pad are located at:




  • (1) Vandenburg Space Force Base CA (VSFB)

  • (3) F.E. Warren AFB, WY (FEW)

  • (1) Hill AFB, UT (Hill)



The Antenna Suites identified for installation, pad construction, unpack and reinstall equipment are located at:




  • (1) Hill

  • (4) FEW





Description



This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.



The Air Force Materiel Command (AFMC), Air Force Nuclear Weapons Center (AFNWC), Integration Directorate, AFNWC/NC is issuing a sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirements listed below:





Responsible for the transfer of the Advance Exceptionally High Frequency (AEHF), Very Low Frequency (VLF) and Ultra High Frequency (UHF) Antenna’s, shelters and all associated equipment for the Mission Integration Facility (MIF), Launch Control Centers at Site 1, Site 2, Site 3 and Integrated Control Center (ICC) at Hill and FEW. Provide engineering, logistics, program management, and management support to establish a 100% Government owned, operationally functional systems. This includes all actions and items, contained herein to include, but not limited to:






  • Uninstall, pack, ship, and demolish at the losing sites and then re- install, set up and ensure a fully functional and compliant Antenna Suites and associated equipment at gaining sites. The MIF, Site 1, Site 2, Site 3 and ICC are defined respectively as the test facility and launch centers with associated antenna infrastructure.

    • Identify any additional required facility improvements and requirements to support the operations of the identified equipment.



  • Uninstall operationally functioning equipment and associated components.

  • Pack equipment in containers suitable for shipping using best business practices or Technical Data Packages when available.

    • Identify sources to ensure the security of transferred items with pre- and post-transfer inspections (tamper labels or better)



  • Ship packed equipment to designated location.

    • Continuous monitoring, secureness, and 100% accountability of all shipped equipment and materials at all times.



  • Identify and procure required consumable items.

  • Demolish, remove debris, and return site to grade at the uninstall location.

  • Construct a concrete pad for the Advance Extremely High Frequency (AEHF) antenna shelter according to specifications.




  • Construct a concrete pad for the Ultra High Frequency (UHF) antenna shelter according to specifications.

  • Excavate the Very Low Frequency (VLF) at the uninstall location and re-install as per the Technical Data Package (TDP).

  • Re-install equipment to operational status at the MIF, Site 1, Site 2, Site 3 and ICC.

  • Develop TDP for the removal and replacement of the AEHF and UHF antennas shelters and removal and install of the VLF antenna and associated equipment to include shelter, excavation, concrete pad construction and mounting instructions.

  • Operational function test of equipment is required to ensure successful installation.





Interested sources must be registered in the System for Award Management database located at www.sam.gov. Once registered, interested sources can request the above specifications.in writing. Email the following information to Jessica.Adair@us.af.mil:




  • Name

  • Title

  • Company name and address

  • DUNS and CAGE numbers

  • Business Size Status

  • E-mail address



All interested sources shall provide a company brochure or list of capabilities, product literature,organization name, address, a point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code.







THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.





If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.





The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.





Submission Instructions:



Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by December 7, 2023, 5:00 pm eastern standard time. All responses under this Sources Sought Notice must be emailed to Jessica Adair (Jessica.Adair@us.af.mil)





If you have any questions concerning this opportunity, please contact: Jessica Adair via email (Jessica.Adair@us.af.mil).


Attachments/Links
Contact Information
Contracting Office Address
  • CP 781 225 0132 104 BARKSDALE ST BLDG 1521
  • HANSCOM AFB , MA 01731-1801
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 27, 2023 05:11 pm ESTSpecial Notice (Original)

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 >