Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
SOURCES SOUGHT

99 -- Purchase and Installation of Avionics Equipment into FAA Flight Inspection Aircraft

Notice Date
2/27/2006
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-06-R-95368
 
Response Due
3/10/2006
 
Description
SYNOPSIS For Purchase and Installation of Electronic Components on FAA Flight Inspection Aircraft The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center, Academy, has a requirement 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. SIR documents are to be downloaded and printed form the FAA Contracting Opportunities Home Page found at http://fast.faa.gov. Please note that documents downloaded from sites other than the FAA Contracting Opportunities Homepage may not be the latest documents, as all SIR amendments will also be shown on this site as Amendments as required. Vendors must follow this site to the date of closing to determined if additional SIR amendments have been issued. The NAICS code for this requirement is 336413, size standard is 1,000 employees. The FAA has determined that this requirement shall be a 100 % Small Business Set-aside. Only offers received from Small Business will be review to see if they have provided a technically acceptable proposal. Vendors must meet the following minimum site condition and technical requirements that shall be provided with their proposal as proof that the minimum conditions are met. 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 is 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. 2. Vendor must provide a copy of their Repair Station Certificate with the Proposal. It is anticipate that a single award for a firm-fixed-price contract will be awarded covering purchase and installation of the avionics equipment on to the FAA flight inspection aircraft. The firm shall furnish all services, purchase equipment, materials, supplies, personnel, required to provide the installation services in accordance with the Statement of Work to the various requiring organizations. Offeror must provide their proposal to the following: (For overnight delivery) (For U.S. Postal Service) FAA, Bid & Proposal Officer (AMQ-140) FAA, Bid & Proposal Officer Room 321, Multi-Purpose Building Attn: AMQ-140 6500 South MacArthur Boulevard P.O. Box 25082 Oklahoma City, OK 73169 Oklahoma City, OK 73125 This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: DOT, Office of Small and Disadvantaged Business Utilization (SADBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. All proposals must be received by 3:30 p.m., local time (Oklahoma City, Oklahoma) on March 8, 2006 local Time. IF MAILED--to be timely, Postmark must be 5-workdays prior to due date. If sent by overnight delivery, proposal must be received no later than the closing date and time stated above. Mark the solicitation number DTFAAC-06-R-94368 on the outside of the package. Offers received after this time and date will be determined to be late and shall not be considered for award and will be held unopened and after award, will be filed with the official contract file. Please forward any questions and comments by FAX or Email (brent.d.foreman@faa.gov),or to Brent D. Foreman, Contracting Officer, FAA, Aviation, Medical & Training Division, AMQ-310, P.O.Box 25082, Oklahoma City, OK 73125 or FAX to (405) 954-3030, Phone (405) 954-7894.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4634)
 
Record
SN00995349-W 20060301/060227211821 (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.