ALCMS Software Upgrade
ID: FA468625Q0002ALCMSType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKPBEALE AFB, CA, 95903-1702, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

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 soliciting proposals for the ALCMS Software Upgrade project at Beale Air Force Base, California. The contractor will be responsible for the development and installation of an upgraded Airfield Lighting Control and Monitoring System (ALCMS), which includes providing all necessary management, tools, supplies, equipment, and labor, as well as a five-year service plan post-installation. This upgrade is crucial for modernizing the existing system, which currently relies on outdated software and hardware, ensuring compliance with operational standards and enhancing airport lighting reliability. Interested small businesses, particularly those that are women-owned, should contact Kyle Kline at Kyle.Kline.2@us.af.mil or Candice Woods at candice.woods@us.af.mil for further details, with a total contract value estimated at approximately $34 million and proposals due by March 17, 2025.

    Files
    Title
    Posted
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for commercial products and services related to the FY25 ALCMS Software Upgrade. It identifies key details including requisition and contract numbers, solicitation issue dates, and contact information for inquiries. The main requirement is for the contractor to provide equipment, software installation, and ongoing maintenance support at Beale Air Force Base, CA, with a total award amount of approximately $34 million. The contract includes firm fixed pricing for specific line items, such as equipment and commissioning services, with options for additional support over multiple years. It specifies inspection and acceptance criteria, payment procedures via the Wide Area WorkFlow system, and applicable federal and Department of Defense acquisition regulations and clauses. The overarching goal is to ensure successful procurement that supports small businesses, particularly focusing on compliance with federal mandates for utilizing women-owned and economically disadvantaged businesses in government contracts.
    This document outlines the specific instructions and requirements for submitting quotations in response to a government solicitation under FAR 52.212-1. Offerors must maintain their quoted prices for 90 days and submit queries by 10:00 AM PST on March 17, 2025, via designated email contacts. Quotations must consist of two distinct volumes: Technical and Price. The Technical Volume should be concise and demonstrate a clear understanding of the project requirements through a detailed technical approach, including a milestone plan. It should not simply repeat the government’s specifications. Failure to meet these requirements may result in a non-responsive determination. The Price Volume requires offerors to submit whole dollar unit pricing for firm-fixed-priced items, in addition to including a wage determination. Compliance with registration in the System for Award Management (SAM) is mandatory for eligibility for award. The focus of this solicitation is to assure timely evaluations while emphasizing complete and detailed submissions from prospective offerors, illustrating the strong expectations for technical competency and financial transparency.
    This document provides evaluation criteria for a government solicitation in accordance with FAR 52.212-2 for the acquisition of commercial items. The government intends to award a firm-fixed price contract based on the best value, considering both price and technical factors. Offers must comply with all requirements and demonstrate technical capability and understanding of the project’s scope. The evaluation process features two primary factors: Technical Approach and Price. Technical Approach is assessed on a pass/fail basis, requiring a comprehensive understanding of the tasks outlined in the Performance Work Statement (PWS). Price is evaluated for fairness and reasonableness, considering total evaluated price calculated from proposed unit prices across all Contract Line Item Numbers (CLINs). The Contracting Officer (CO) expects competition and reserves the right to request additional data if adequate price competition is not evident. Interchanges are limited if the agency is satisfied with initial offers, though minor clarifications could occur. Overall, only technically acceptable proposals will qualify for award consideration, emphasizing the need for complete, reasonable, and balanced pricing strategies.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for upgrading the Airfield Lighting Control and Monitoring System (ALCMS) at Beale Air Force Base, CA. The existing system, utilizing outdated Windows 7 software and legacy hardware, requires modernization to ensure reliable airport lighting operations. The upgrade aims to implement a robust, user-friendly software solution compliant with Windows 10 LTSC, including annual technical support for three years post-installation. The contractor is responsible for all aspects of the upgrade, including installation, testing, and maintenance of the new system. Additional responsibilities include providing training for Air Traffic Control and maintenance personnel and safeguarding government property. The project emphasizes strict adherence to applicable laws and standards, quality control and assurance, and comprehensive documentation throughout the process. Key performance objectives include 100% compliance in surveys, software development, installation, training, and post-commissioning support. The contract is slated for one base year plus three optional years, ensuring continuous support and system optimization. Overall, the PWS underscores the importance of modernizing government infrastructure to meet operational needs and safety standards effectively.
    Lifecycle
    Title
    Type
    ALCMS Software Upgrade
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Aircraft Lighting and Monitoring Control System Computers
    Buyer not available
    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.
    IFB - Beale Aircrew Readiness Facility
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for the renovation and expansion of the Aircrew Readiness Facility at Beale Air Force Base in California. This project, categorized under NAICS Code 236220 and set aside for small businesses, involves comprehensive upgrades including electrical system enhancements, structural renovations, and the installation of essential equipment such as a generator and telecommunication infrastructure. The initiative underscores the importance of maintaining military infrastructure to support operational readiness and safety, with a projected contract value between $5 million and $10 million. Interested contractors should contact Adam Brooks at adam.m.brooks@usace.army.mil for further details and adhere to the submission guidelines outlined in the solicitation documents, with a completion target set for March 6, 2025.
    Offutt Runway Light Troubleshooting
    Buyer not available
    The Department of Defense, specifically the 55th Contracting Squadron at Offutt Air Force Base in Nebraska, is seeking vendors capable of performing troubleshooting and repairs on the runway light systems, as outlined in the attached Performance Work Statement (PWS). The procurement focuses on ensuring the functionality of the Sequenced Flashing Light (SFL) system of the ALSF-2 Approach Lighting System, which is critical for maintaining airfield safety and operational efficiency. Interested contractors must submit a capabilities statement, past performance citations, and proof of an Air Force Civil Engineering Center (AFCEC) approved Authority To Operate (ATO) for the ALCMS at Offutt AFB. Responses should be directed to SSgt Patrick Pinault at patrick.pinault@us.af.mil and Mr. Casey Hupton at casey.hupton.1@us.af.mil, with a lack of valid responses potentially leading to a Sole Source Justification & Approval (J&A). The performance period is set for 30 days, with work hours from 0730 to 1630, excluding weekends and holidays.
    FTQW 20-0504 - CHpp Phase C
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FTQW 20-0504 project, which involves upgrading and modifying the low-voltage electrical and lighting systems at the Central Heating and Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to remove and replace outdated electrical panels, transformers, and lighting fixtures to enhance operational efficiency and safety within the facility. This initiative is critical for maintaining the infrastructure of a military installation, ensuring minimal disruption to ongoing operations while adhering to stringent safety and environmental regulations. Interested contractors must submit their electronic bids by the specified deadline, with a project budget estimated between $1 million and $5 million, and are encouraged to direct inquiries to Christopher Blackburn or Ryan O. Smith at the provided contact emails or phone numbers. A site visit is scheduled for March 19, 2025, and all questions must be submitted by March 25, 2025.
    DUKE AIRFIELD LIGHTING SERVICE LEVEL AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Duke Airfield Lighting Service Level Agreement, aimed at maintaining and repairing lighting fixtures and lamps at the airfield located in Middleton, Florida. The procurement focuses on electrical contracting services, which are crucial for ensuring the operational readiness and safety of airfield lighting systems. Interested parties can reach out to the primary contact, Victoria G. Thomas, at victoria.thomas.6@us.af.mil, or the secondary contact, Lindsay Hartzog, at lindsay.holdsworth@us.af.mil, for further details regarding the opportunity. The notice is categorized as a Special Notice under NAICS code 238210 and PSC code J062.
    65th SOS MGCS Security System Installation
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified small businesses to install and service a security system for the 65th Special Operations Squadron at Hurlburt Field, Florida. The project involves the installation of an alarm system for GCS Bay 7, including the integration of a new fiber line and a Protected Distribution System (PDS) alarmed conduit, with a total contract value of $25 million. This initiative underscores the importance of enhancing military operational security through updated technological infrastructure, while also promoting opportunities for Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez Hughes at melissa.perez-hughes@us.af.mil.
    FA8553 Sources Sought C130 FMS LAIRCM Block 30 Integration Program
    Buyer not available
    The Department of the Air Force is conducting market research for the C-130 Foreign Military Sales (FMS) Large Aircraft Infrared Counter Measures (LAIRCM) Block 30 Integration Program, which aims to integrate LAIRCM on three C-130H aircraft for a Partner Nation, with a planned delivery around 2030. The program requires contractor support for various activities, including engineering design, trial kit installation, technical documentation preparation, and logistical support, over a projected five-year period starting January 1, 2026. This initiative is crucial for enhancing the operational capabilities of military transport aircraft and fostering cooperation with foreign military partners. Interested contractors must submit non-cost responses by April 10, 2025, detailing their capabilities and experience, to the designated contracting points of contact, Ellen Ward and Stanley Parker, via email.
    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. The project involves the replacement of outdated traffic control systems at two intersections, including the installation of new NEMA Type 3 cabinets, 360° monitoring cameras, and Uninterruptable Power Supply (UPS) systems, all aimed at enhancing traffic management and safety. This initiative underscores the importance of maintaining operational readiness and safety standards in military facilities. Interested small businesses must submit their quotations by March 18, 2025, with a site visit scheduled for February 27, 2025; for further inquiries, contact Andrea Diaz Acevedo at andrea.diaz-acevedo@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to provide Contractor Logistic Support (CLS) for the LITENING AN/AAQ-28 system, as outlined in the presolicitation notice FA8540-24-R-0007. The procurement focuses on comprehensive management, engineering, production, repair, and logistics support for the LITENING Advanced Targeting Pod System (LTPS) over a potential ten-year period, with an emphasis on maintaining a 92% availability rate and ensuring compliance with military specifications. This contract is critical for sustaining operational readiness and effectiveness of military operations, highlighting the importance of rigorous quality management and data compliance. Interested contractors should submit their proposals, including detailed cost breakdowns and compliance documentation, by May 1, 2025, and may contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil for further information.
    RFI - Instrument Landing System / Distance Measuring Equipment (ILS/DME), Kucova AB, Albania
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking market insights for the procurement of an Instrument Landing System/Distance Measuring Equipment (ILS/DME) for the Albanian Air Force (AAF) at Kucova Air Base. This Request for Information (RFI) aims to identify potential contractors who can provide installation, logistics support, and necessary communications equipment, while the AAF will supply the site infrastructure. The procurement is part of a broader initiative to enhance the operational capabilities of the AAF, with responses due by March 31, 2025, requiring interested parties to demonstrate relevant experience and provide a rough order of magnitude (ROM) for project costs and timelines. For inquiries, interested vendors may contact LaLinda Harrison or Richard Cincotta via their provided email addresses.