Aircraft Lighting and Monitoring Control System Computers
ID: FA441925Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing (335132)

PSC

INDOOR AND OUTDOOR ELECTRIC LIGHTING FIXTURES (6210)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair and replacement of three Airport Lighting Control and Monitoring System (ALCMS) computers at Altus Air Force Base in Oklahoma. The procurement aims to modernize outdated systems that are non-compliant with FAA and Department of Defense specifications, ensuring operational safety and adherence to cybersecurity standards. This project is critical for maintaining effective airfield operations and compliance with federal regulations, emphasizing the importance of structured execution without disrupting airfield functionality. Interested small businesses must submit their proposals, including technical capabilities and pricing, to the designated contacts Jacob Madriaga and Karlray B. Ambrosio by the specified deadlines.

    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the repair and replacement of three Airport Lighting Control and Monitoring System (ALCMS) computers at Altus Air Force Base (AFB), Oklahoma, as per Project Number AGGN241011. The current system is outdated, non-compliant with various FAA and Department of Defense specifications, and requires urgent upgrades. The SOW breaks down the scope of work into three Contract Line Items (CLINs): CLIN 1 (B525), CLIN 2 (B198), and CLIN 3 (B928), focusing on installing new and repairable ALCMS with necessary hardware and software, while ensuring compliance with safety and cybersecurity standards. Each CLIN also mandates the provision of commissioning, training for personnel, and strict coordination with airfield operations to prevent disruption. General requirements stress adherence to various codes, field verification of existing conditions, and the contractor's responsibility for any incidental repairs necessary during the project. Overall, the document emphasizes the importance of modernization to maintain operational safety and compliance at the AFB, prioritizing structured project execution without impacting airfield function.
    The document addresses essential upgrades and necessary modifications required for federal government projects, particularly in regards to Request for Proposals (RFPs) and grants at both federal and local levels. While the specific contents of the requested file are not accessible due to technical issues, the context suggests a focus on compliance with safety regulations, operational efficiency, and environmental considerations in the procurement process. The document likely aims to outline eligibility criteria for grants, outline the systemic requirements for submitting proposals, or provide detailed descriptions of the intended improvements across various projects. Emphasis might be placed on ensuring that all developments adhere to federal mandates and local regulations, ultimately fostering safe, sustainable, and effective project execution. The aim of such directives is to enhance clarity and facilitate participation from eligible entities while promoting responsible management of public funding.
    The document outlines evaluation factors for a government solicitation (FA441925Q0021) concerning the procurement of commercial products and services. It specifies that contract awards will be made to the responsible offeror whose quote is most advantageous to the government, considering both price and technical acceptability. Two main evaluation factors are established: price and technical acceptability. The total evaluated price will be calculated based on specified line item costs, ensuring that pricing is fair and reasonable. For technical acceptability, only the two lowest-priced quotes will be assessed for compliance with the required item specifications. If any quote fails to meet the technical requirements, the evaluation will proceed with the next lowest option until at least two acceptable quotes are found, or one acceptable quote is awarded if its price is deemed fair. Ratings for quotes will categorize them as either "Acceptable," which indicates compliance with specifications, or "Unacceptable," indicating failure to meet minimum requirements. This evaluation framework emphasizes the importance of conformance with solicitation criteria in the award process, ultimately aiming to secure the best value for the government.
    The document outlines the instructions for offerors responding to the Request for Proposal (RFP) FA441925Q0021. It specifies that offerors must submit technical capabilities and complete a price submission using a designated form, which requires electronic submission via email to specified contacts. Each offeror must input prices for items associated with each Contract Line Item Number (CLIN), with the spreadsheet calculating totals for unit prices and subtotals. Furthermore, it emphasizes that the System for Award Management (SAM) registration should reflect the appropriate NAICS code, 335132, related to the product being proposed. The document serves as a guideline to ensure compliance and proper submission for potential contractors in the federal procurement process.
    The document FA441925Q0021 outlines Federal Acquisition Regulation clauses for contractors involved with the Department of Defense (DoD). It details requirements regarding compensation of former DoD officials, employee whistleblower rights, and prohibitions on acquiring specific telecommunications equipment related to security risks, notably those involving the Maduro regime and the Xinjiang Uyghur Autonomous Region. Key clauses concern compliance with standards for item unique identification in acquisitions, emphasizing the importance of machine-readable unique identifiers for items over certain value thresholds. Additionally, the document addresses payment processes through the Wide Area Workflow system (WAWF) and provides definitions and responsibilities for contractors, such as submitting accurate cost and pricing data to determine price fairness. The focus of the regulations is on ensuring ethical practices, compliance with security requirements, and fostering fair competition in government contracting. Overall, this document provides a framework for contractors in adhering to federal regulations while engaging in government contracts, ensuring accountability and compliance in procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    FY2025 Altus Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is initiating a presolicitation for the FY2025 Altus Multiple Award Construction Contract, aimed at commercial and institutional building construction in Altus, Oklahoma. This contract is set aside for 8(a) certified businesses under FAR 19.8, focusing on the repair or alteration of miscellaneous buildings. The successful contractors will play a crucial role in enhancing infrastructure at the Altus Air Force Base, contributing to the overall mission readiness of the facility. Interested parties can reach out to Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or 580-481-5840, or Jarrod Ford at jarrod.ford@us.af.mil or 580-481-7085 for further details.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library. This procurement aims to provide support for ruggedized laptops and tablets used at multiple Air Force bases, ensuring access to technical orders and maintenance data from March 28, 2025, to March 27, 2030. The services required include functional system administration, technical library custodianship, maintenance, troubleshooting, and compliance with established protocols, which are critical for maintaining operational readiness within the Air Force Global Strike Command. Interested small businesses must submit their proposals, including technical capabilities and past performance information, by the specified deadline, and can contact Capt Natalie Norlock at natalie.norlock@us.af.mil or 937-443-1575 for further details.
    Common Regulator Test Stands (CRTS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of Common Regulator Test Stands (CRTS) to be utilized at Altus Air Force Base in Oklahoma. The objective of this presolicitation is to acquire specialized equipment essential for aircraft maintenance and repair operations, falling under the NAICS code 334419 for Other Electronic Component Manufacturing. The CRTS will play a crucial role in ensuring the operational readiness and reliability of aircraft systems. Interested parties can reach out to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120 for further details regarding this opportunity.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
    Repair of Aircraft Digital Clock
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of aircraft digital clocks under solicitation number FA811725R0008. This procurement aims to acquire repair services for multiple clock panel components, with a focus on maintaining operational readiness and compliance with stringent quality and inspection standards, including ISO 9001:2015. The clocks are critical for various aircraft types, ensuring their functional reliability and safety. Interested contractors should contact Relijah Sherman at relijah.sherman@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further details, with proposals due by the specified deadline.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of C-5 Visor Door Actuators under solicitation number FA8538-25-R-0003. This procurement aims to repair and maintain electronic and precision equipment, with a focus on ensuring the operational integrity and safety of critical aircraft components. The contract will span multiple ordering periods of one to five years, emphasizing compliance with rigorous quality assurance practices and documentation requirements. Interested vendors, including small, women-owned, and veteran-owned businesses, must submit their proposals by May 8, 2024, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil.
    Laminar Flow Computer Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the replacement of Laminar Flow Computers through a Combined Synopsis/Solicitation. The procurement aims to acquire high-accuracy Laminar Flow Computers designed for measuring differential and absolute pressures, flow rates, and temperatures, which are critical for various operational scenarios within the Air Force. This initiative emphasizes the importance of reliability and compliance with military standards, as the units will be utilized in metrology and calibration applications across multiple Air Force installations. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by April 25, 2025, and can direct inquiries to Frank Capuano at frank.capuano@us.af.mil or Thomas Carson at thomas.carson.2@us.af.mil for further details.
    Traffic Light Repair Holloman AFB, NM
    Buyer not available
    The Department of Defense, through the U.S. Air Force's 49th Contracting Squadron, is soliciting quotations for traffic light repair services at Holloman Air Force Base, New Mexico, under Solicitation Number FA4801-25-Q-0409. The project involves replacing outdated traffic light control systems at two intersections, including the installation of new NEMA TS 2 cabinets, wiring, UPS systems for power backup, and 360° monitoring cameras, with a focus on enhancing traffic management and safety. Interested small businesses must submit their quotations by March 18, 2025, following a site visit scheduled for February 27, 2025, and can contact Andrea Diaz Acevedo at andrea.diaz-acevedo@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil for further information.