PKA - Secondary CrashNet System - McConnell AFB
ID: F2Z3134101AC01Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4621 22 CONS PKMCCONNELL AFB, KS, 67221-3702, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Air Force seeks to enhance its crash response capabilities and upgrade its Secondary CrashNet System (SCN) at McConnell AFB, Kansas. This standalone mass notification platform is critical for flying missions and requires a reliable and proprietary solution, the ConsortAlert system manufactured by Forum Communications.

    The scope of work involves procuring and installing this system, including delivering, configuring, and testing the equipment, as well as providing user training. Key tasks also include developing a comprehensive installation plan and cutover strategy within a strict 90-day timeline. Contractors must deliver specified communication hardware and software, conduct a pre-project survey, and ensure adherence to strict safety and environmental regulations. The project requires precise coordination with government representatives and certification of installation personnel.

    The Air Force seeks women-owned small businesses for this effort, with a focus on timely delivery and firm-fixed pricing. The contract, valued between $220,000 and $350,000, is up for grabs among vendors who can meet the strict timelines and deliver a seamless upgrade. The Air Force will evaluate vendors based on their ability to meet the price, timeline, and performance requirements, with past performance and technical approach also considered.

    Offers are due by July 8, 2024, and the winning vendor will be announced on July 14, 2024. Potential vendors should clarify the number and type of telephones and initiating consoles required in each building, as specified in the solicitation documents. For more details, contact 2d Lt Victoria Longava at victoria.longava.1@us.af.mil or TSgt Wesley Neaves at wesley.neaves@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks women-owned small businesses to procure and deliver various crash upgrade solutions. This includes developing an installation plan, delivering CrashNet systems, drop phones, and providing installation, inspection, and testing services. The focus is on obtaining a comprehensive upgrade to enhance crash response capabilities. Key requirements specify a firm-fixed pricing structure and strict delivery timelines. The installation plan and cutover strategy must be delivered within 90 days of award receipt, while other items, such as the CrashNet system and drop phones, have identical 90-day delivery schedules. Vendors must submit quotes electronically, adhering to WAWF payment instructions. Critical dates include the offer due date, with submissions expected within 4 weeks of the solicitation issue date. The government will evaluate quotes based on price and other factors, with the award decision expected shortly after the submission deadline.
    The Air Force seeks a contractor to engineer, furnish, and install a Secondary Crash Network (SCN) upgrade for communication across multiple locations at McConnell AFB. The goal is to enhance inter-building connectivity and establish a standalone mass notification system, ensuring seamless communication during critical operations. This involves installing Forum Communications equipment, including initiator consoles, phones, and voice recorders, in designated buildings. The contractor must certify their personnel for installing this specialized equipment. Key tasks involve conducting a pre-project survey, installing SCN core equipment, and configuring it for seamless operation and accessibility across different locations. Contractors must also provide a detailed installation plan, conduct comprehensive testing, and offer operational training for Government personnel. The work is to be completed within a 90-day period. Important dates include a final walk-through prior to acceptance, which should be scheduled at least five days before the end of the project. Evaluation criteria will likely emphasize the contractor's expertise in installing and configuring specialized communication systems, their approach to minimizing downtime during the transition, and the quality of the provided materials and services.
    The Air Force seeks a contractor to engineer, furnish, and install a Secondary Crash Network (SCN) upgrade for communication across multiple locations at McConnell AFB. The primary objective is to enhance voice communication, enabling real-time connectivity among various base missions. The SCN must support up to 32 users and integrate voice recorders for console conversations. Contractors are required to provide all necessary equipment and expertise for seamless installation, including Forum Communications hardware, software, and fiber optic modems. The SCN core equipment will be installed in Building 739, with initiator consoles in Buildings 1112 and 1170, connected via the base's fiber optic network. Detailed technical specifications and building layouts are provided for precise installation and configuration. The project entails precise coordination with government representatives and adherence to strict safety and environmental regulations. Contractors must submit a detailed installation plan, including a milestone schedule. Hands-on training for government personnel and a comprehensive cutover plan are also mandated. This project is to be completed within a 90-day period, with strict adherence to the provided Statement of Work (SOW). Evaluation of proposals will consider factors such as warranty length and quality assurance measures.
    The U.S. Air Force seeks to upgrade its Secondary CrashNet System (SCN), a standalone mass notification platform critical for McConnell AFB flying missions. The goal is to procure the ConsortAlert system, manufactured by Forum Communications. This brand-name solution is required due to its unique ability to operate independently of the base network, ensuring reliability during network outages. The contract, worth an estimated $220,000 to $350,000, entails delivery, installation, testing, and user training along with a five-year warranty. Given the market dynamics and the system's proprietary nature, the acquisition is justified as a single-source procurement. Offers for this firm-fixed-price contract are due by July 8, 2024, with award anticipated on July 14, 2024.
    The government seeks women-owned small businesses to provide various services and deliver specific equipment for military purposes through multiple line items. The primary objective is to obtain an installation plan, including a cutover plan, with associated services like delivery, installation, inspection, and training. This involves delivering a CrashNet system, drop phones, and associated equipment, with installation and testing services. The focus is on creating a detailed plan and ensuring successful system implementation. Key services required include developing an installation plan, cutover strategy, and training, with specific emphasis on timely delivery and adherence to acceptance criteria. The contract, valued at an estimated $[redacted], is firm-fixed-price. Itemization reveals quantities and specific equipment, such as a CrashNet system (1 lot) and 24 drop phones. The SOW emphasizes timely delivery within a 90-day period. Contractors must comply with numerous FAR and DFARS clauses, incorporating provisions on payment, labor laws, and security. Critical dates include the offer due date of [redacted]. Awards will be based on a combination of price and other factors, including past performance, technical approach, and key personnel.
    The government agency seeks clarification on the scope and requirements for communications equipment installation and support across multiple locations. The emphasis is on specifying the number and type of telephones and initiating consoles required in each building, ensuring a coherent understanding of the project scope. Table 1, mentioned in the file, has been updated to reflect the clarified requirements. It details the locations and quantities of 17 phones, including five initiating consoles, and an additional seven spare phones. The four main initiator consoles are in buildings 1112, 1170, 72, and 1, each with specific PTT phone configurations. The "Drop" column in Table 1 will be updated to include FGE FODP fiber connector details. Some installations may require the contractor to provide shelves for equipment, but this will be determined during site surveys. The preferred warranty period is five years, aligning with the remote technical support commitment. The updated Scope of Work (SOW) provides these clarifications, ensuring potential vendors can submit accurate proposals. Vendors will need to EFI&T the specified communication hardware and software, with the project's preferred timeline and evaluation criteria likely to be provided in a subsequent file.
    Lifecycle
    Title
    Type
    Similar Opportunities
    152 AW Secondary Crash Net Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Nevada Air National Guard, intends to award a sole source contract for the repair and replacement of a secondary crash net operations system. This procurement is essential for maintaining operational readiness during airfield-related emergencies, such as in-flight crises and severe weather alerts, as mandated by Air Force regulations. The existing system is critical for ensuring safety and effective response during emergencies, and the selected contractor will be responsible for delivering and installing the necessary repairs as soon as possible. Interested firms are encouraged to submit their technical capabilities and relevant information to Alex Norris at alex.norris@us.af.mil or Keith Trimble at keith.trimble.1@us.af.mil by the specified deadline, as this is a total small business set-aside under NAICS Code 334210.
    Repair of Communication Modem on the E4-B Pacer Link
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the repair of the communication modem on the E-4B Pacer Link. This procurement involves a one-time fixed quantity repair contract for 12 units of National Stock Number (NSN) 5895-01-311-1185BY, with Elbit America, Inc. identified as the only responsible source for this requirement. The repair is critical for maintaining the operational capabilities of communication systems used by the Air Force. Interested parties should note that the solicitation is expected to be issued on October 18, 2024, with quotes due by November 18, 2024. For further inquiries, contact Michael D. Turk at michael.turk.6@us.af.mil or Diana Washington at diana.washington@us.af.mil.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. The project aims to enhance existing safety systems to comply with federal safety standards, including the installation of a new fire alarm system, upgrades to fire suppression systems, and installation of fire-rated doors. This initiative is crucial for maintaining operational integrity and safety at the airport, with an estimated construction budget between $500,000 and $1,000,000. Interested contractors must submit their offers by September 18, 2024, following a mandatory site visit on September 4, 2024, and can direct inquiries to Mark Salum at mark.salum@faa.gov or by phone at 206-231-3016.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    Install of 24 SM FOC for Bldg 415 Vance AFB
    Active
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking quotes for the installation of a 24-strand single-mode fiber optic cable to enhance network connectivity between Building 500 and Building 415 at Vance Air Force Base in Oklahoma. The project requires contractors to provide all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, with a focus on safety and compliance with industry standards. This installation is critical for ensuring robust communication infrastructure at the base, and the contract will be awarded based on a firm fixed price, with bids due by October 28, 2024, at 11 AM CST. Interested contractors should direct inquiries to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil and ensure they are registered in SAM.gov at the time of award.
    FY25 Avaya Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron at Fairchild AFB in Washington, is seeking to identify authorized businesses capable of providing scheduled maintenance and repair services for an installed Avaya system. The procurement aims to ensure that contractor personnel are fully qualified to service, maintain, and install repairs for the Avaya systems, which are critical for effective communication and operational efficiency within the Air Force. Interested firms must respond to this sources sought notice with detailed specifications of their services, business information, and socioeconomic classifications, although this notice does not constitute a solicitation for contract award. For further inquiries, interested parties can contact Kayla Serrano-Harris at kayla.serrano-harris@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil.
    McConnell Design-Build Project
    Active
    Dept Of Defense
    The Defense Commissary Agency (DECA) is seeking contractors for the McConnell Design-Build Project at McConnell Air Force Base in Kansas. This project involves replacing the commissary fire and domestic water line, relocating the fire riser, and performing structural repairs related to a water line break in a building approximately 55,884 square feet. The contract is set aside for small businesses, with an estimated value between $250,000 and $500,000, and bids are expected to be opened on October 21, 2024, following the issuance of invitations on October 18, 2024. Interested parties can obtain plans at no charge through SAM.gov and should direct inquiries to Benjamin L. Boswell or Francisco Cruz via the provided contact information.
    CONTROL, ALARM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract for aircraft alarm and signal systems, specifically for the end item Aircraft with NSN: 6340-001150701. The procurement requires delivery within 174 days after receipt of order, with a contract ordering period of 60 months, and an estimated maximum order quantity of 104 units over the five-year base period. This equipment is critical for aircraft operations, and interested vendors must submit their proposals in writing, as specifications and drawings are not available from the government. The solicitation is set to be issued on September 30, 2024, and inquiries can be directed to Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    Remote Control Unit (RCU) Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the production of Remote Control Units (RCUs) under solicitation number FA8307-24-R-B040. The primary objective is to design and manufacture 888 replacement units for the legacy Z-ANP RCUs, which are critical for controlling End Cryptographic Units (ECUs), addressing obsolescence and sustainment needs with modern components. This procurement is vital for enhancing the operational capabilities of the U.S. Air Force and ensuring the reliability of cryptologic and cyber systems. Proposals are due by 12:00 PM CST on October 29, 2024, and interested parties should direct inquiries to Roberta Wilson at roberta.wilson.1@us.af.mil or Ethan Hardin at ethan.hardin@us.af.mil.
    CONTROL ASSEMBLY, QUADRANT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 18 units of the Control Assembly, Quadrant, essential for alerting aircraft to fire conditions in the auxiliary power unit of the KC-135 aircraft. This electronic component, housed in a metal case, is critical for operational safety and requires a higher-level contract quality certification, such as ISO 9001 or equivalent. Interested vendors should note that the solicitation will be issued on November 1, 2024, with responses due by December 2, 2024, and are encouraged to contact Michael Hannan at Michael.Hannan.1@us.af.mil for further inquiries.