Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

99 -- Market Survey-Sources Sought for Installation of Avionics Equipment on Flight Inspection Aircraft

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-06-R-01368
 
Response Due
2/17/2006
 
Archive Date
3/19/2006
 
Description
SYNOPSIS FEDERAL AVIATION ADMINISTRATION MARKET SURVEY f Install Avionics Suite General Information: The Federal Aviation Administration (FAA), Aviation System Standards (AVN) Resource Management Staff AVN-20 is conducting a Market Survey/Request for Information to find source vendors that holds current FAA approved Repair Stations certificates NAICS 336413 Size Standard of 1,000 personnel that can un-install, install avionics equipment, do IFR Flight Test, accomplish all paper work, FAA form 337 and weight and balance (FAA shall provide current weight and balance information.) Vendor must provide a copy of their Repair Station Certificate with response to this market survey. Offers provided without providing a copy of the required Repair Station certifications shall be removed from the competition and shall not be considered for award. Overview- The requirement is for the removal of original Number 2 VHF COMM and Number (2) NAV Radios from two (2) ea Beechcraft A-200 Aircraft with a subsequent installation of a Garmin GNS-430 Navigation System and a Shadin ADC 200 Air Data Computer. An additional Garmin GNS-430 GPS system will be installed in one Beechcraft F90 Aircraft to supplement a previously installed GNS-530 System. This will require removal of the original Number 1 & 2 COMM and NAV Radios. Also Ground Proximity Warning System (GPWS) and Traffic Collision Avoidance System Controls (TCAS) will require relocation from the Floor Pedestal to the Instrument Panel Assembly. In addition, two Beechcraft C-90 Aircraft will require removal of KLN-90B GPS Systems, VIR-30 VOR/ILS Receiver, VHF-20 COMM Radios and subsequent installation of Garmin Global Navigation System GNS-530 and GNS-430 with a 16 watt VHF Radio, a Shadin ADC 200 Air Data Computer. Also Ground Proximity Warning System (GPWS) and Traffic Collision Avoidance System Controls (TCAS) will require relocation from the Floor Pedestal to the Instrument Panel Assembly. CRITICAL-SITE-MINIMUM--Your facility to be eligible for award must meet the following minimum standard: To take off and land the FAA's King Airs Safety the minimum runway length that is required will be the accelerate-stop distance computed using the aircraft flight manual. Using an outside air temperature of +30C, 5000 feet pressure altitude, using our heaviest aircraft, with a pilot and copilot and a technician on board the computed accelerate-stop distance would be 5,500 feet. This would be the minimum acceptable runway length to operate the FAA's aircraft. Vendor must provide proof with response that airport facility does meet this requirement. Aircraft must be flown into your aircraft repair Facility. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with Market Survey/Request for Information submissions will be solely at the interested party's expense. Response to this Market Survey: Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA. All responses (one response per company) are to be provided on company letterhead. No type font less than 12-point may be used. Responses must be received no later than 3:30 P.M, local time on February 17, 2006. Market survey responses received after the time and date specified will be determined to be late and will not be considered. The preferred method of response is to include a notation adjacent to each equipment and technical requirement, as listed below, indicating either, "Fully Compliant Now", "Partially Compliant Now", "Future Compliance Anticipated" or "Non Compliant". Contactor please provide a response to the following: 1. To take off and land the FAA's King Airs Safety the minimum runway length that is required will be the accelerate-stop distance computed using the aircraft flight manual. Using an outside air temperature of +30C, 5000 feet pressure altitude, using our heaviest aircraft, with a pilot and copilot and a technician on board the computed accelerate-stop distance would be 5,500 feet. This would be the minimum acceptable runway length to operate the FAA Flight Inspection aircraft. Vendor must provide proof with response that airport facility does meet this requirement. [ ] Fully Compliant Now [ ] Partially Compliant Now [ ] Future Compliance Anticipated [ ] Non Compliant Provide Proof-Name of Airport and minimums on runways. THIS MINIMUM REQUIREMENT must be met to be considered a possible source. 2.0 Vendor must provide a copy of their Repair Station Certificate. 3.0 Can you meet the 15 workday turn around time per aircraft 4.0 Provide the following: Full Mailing Address, FAX Number, Phone Number and Actual address of repair facility. Duns Number /TAX ID number. Business Size. 5.0 Years in business. Company profile. The FAA prefers that all submittals, including attachments, be submitted electronically to the following email address: Brent.D.Foreman@FAA.Gov. REFERENCE MARKET SURVEY DTFAAC-06-MS-01368. Please submit in a Microsoft Word, or portable document format (pdf); however, Microsoft Word is preferred. If you cannot respond electronically, please send to: Federal Aviation Administration Attn: Brent Foreman, Contracting Officer, AMQ-310 P.O. Box 25082 (ZIP-73125) 6500 S. MacArthur Boulevard Oklahoma City, OK 73169
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4590)
 
Record
SN00979744-W 20060205/060203211914 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.