Ft Liberty Airfield Lighting Monitoring CTRL SYS M&R Services


Subject: Ft Liberty Airfield Lighting Monitoring CTRL SYS M&R Services
Solicitation Number: W91247-24-R-0007
Notice Type: SNOTE
NAICS: 238210
Notice Published: 02-14-24
Response Due: 03-01-24

Agency: Department of the Army
Office: W6QM MICC FDO FT LIBERTY
Contact: John Green This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (910) 907-5109
Office Address: FORT LIBERTY, NC 28310-0000
Place of Performance: Fort Liberty, NC 28310


Click for official SAM (FBO) notice, additional information, and accompanying attachments

This notice announces the intent by Mission Installation Contracting Command (MICC) Fort Liberty in support of the Department of Public Works (DPW) to procure Airfield Lighting Monitoring Control System (ALMCS) repairs and maintenance services without competition as prescribed in FAR 13.501(a)(1)(ii). The proposed contract will facilitate the computer ALMCS repairs and maintenance services. The computer for the ALMCS is the interface between the air traffic control tower and the airport lighting systems located at Simmons and Mackall Army Airfields, Fort Liberty, NC. It is essential that the system be reliable, and that the system be simple to maintain by airport personnel. The contractor shall maintain and keep the new ALMCS current and in good working order. It is important that the contractor shall use only like equipment that the contractor has installed since the equipment upgrade. The Contractor shall be responsible for servicing, updating, repairing, and providing technical assistance as necessary to ensure operational readiness and compliance with applicable airfield regulations. Contractor shall provide semi-annual routine maintenance services that permit the early detection and correction of items that, if deficient or defective, would interfere with normal operations for the ALMCS equipment. Maintenance work shall include comprehensive operational inspection, updates, and adjustments to ensure the satisfactory functioning of computer software programs, communication systems, switch panels, power systems, and computer hardware components. Through market research and historical information, it was discovered that it would be necessary to utilize Global Access Supply, Inc, for maintenance and repair of the existing ALMCS equipment and software. An operations manager with Eaton Crouse Hinds Airport Lighting Products and Airfield Services, stated in a January 30, 2024, letter that Global Access Supply, Inc has proprietary rights and is their only small business government partner supporting U.S. military customers and operations worldwide. Additionally, previous market research revealed there are no small or large companies that can provide this service. DPWs current plan is to procure a maintenance and service repairs contract that will ensure continuous operations of the computer systems. The ALMCS is designed to revert to a fail-safe mode upon computer and communications failure or loss of power. Under fail-safe conditions, airport lighting equipment that is operating at the time of failure shall continue to work at the same intensity level. This action shall allow DPW to maintain operations and maintenance of the airfields. The Contractor shall provide all labor, service and repair parts, components, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items and non-personal services necessary to perform the required maintenance and repairs of the ALMCS, as defined in the Performance Work Statement (PWS), except for those items specified as Government furnished property and services or acts of God, which will be procured through an alternate method. This announcement fulfills the synopsis requirements under FAR 5.203(a). MICC-Fort Liberty intends to publish a solicitation no sooner than 30 days after publishing this synopsis. This Special Notice of Intent is not a request for competitive quotes. Information received in response to this notice will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the date listed below, which reflects at least thirty (30) days after the publication of this notice, the solicitation will be issued as sole source requirement.