Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOURCES SOUGHT

99 -- TERMINAL DOPPLER WEATHER RADAR (TDWR) TARGET SIMULATION SYSTEM

Notice Date
11/21/2006
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-07-R-00432
 
Response Due
12/8/2006
 
Description
The Federal Aviation Administration (FAA) has a requirement for a Terminal Doppler Weather Radar (TDWR) Target Simulation System. Proposed contract type will be Firm-Fixed-Price. Requirements with specifications/drawings are defined in the attached Statement of Work (SOW). This acquisition contemplates a phased approach. This, the initial phase, involves a Request for Qualifications/SIR 1. Only those firms that respond successfully to this Request for Qualifications/SIR 1 will be allowed to participate in the next phase. The remaining phase(s) of the downselect process will be identified in future communications with those firms that successfully respond to this Request for Qualifications/SIR 1. Companies that are interested and possess certain special standards of responsibility are to provide specific information as to the unique capabilities to be brought to the performance of this requirement. The specific information provided must be accurate and complete because it will be used to determine each vendor's eligibility to participate. Documentation must be provided to substantiate any statement of fact that goes to the vendor's eligibility pursuant to this Request for Qualifications/SIR 1. The FAA reserves the right to contact references and verify each vendor's information. Any statement included in a vendor's response that is verified by the FAA as either false or misleading will be cause for rejection. All documentation is limited to 15 pages (8-1/2"x11", printed on one side). Failure to comply with this page limitation may be cause for rejection of a vendor's response. CAUTION: FAA evaluators will read only up to the page limit as specified. Four copies are requested. Mere statements of compliance or intention to comply are unacceptable. All responses submitted must address the capability of the vendor to meet the special standards of responsibility. SPECIAL STANDARDS OF RESPONSIBILITY: The following information must be addressed in each vendor's submission in order for the FAA to determine a vendor's eligibility to participate further in any subsequent SIR. (Note: Each submission will be evaluated on an "acceptable/unacceptable" basis. Where a submission is found to be unacceptable in any area of a special standard of responsibility, the entire submission will be considered unacceptable.) 1. Past Performance and Experience: (Note: Past performance represents "how well" an offeror accomplished the effort. Experience simply means an offeror has "done it." Of additional importance is that past performance and experience must be current and relevant as well as comparable in scope and magnitude to that described in the SOW.) (a) In order to be determined acceptable vendors must have/demonstrate experience in the following: 1) FAA radar systems and/or have provided technical support for FAA radar systems or military radar systems. 2) Hardware experience with weather radars. 3) Software experience with weather radars (while not required is highly desirable). 4) Experience in the design and manufacture of radar simulators. 5) Provide references of delivered radar simulators to private companies and/or government agencies. 6) Experience in RF capture and playback systems. Provide references of such systems that have been delivered to private companies and/or government agencies. 7) Experience in the design and manufacture of custom built IF receivers, and digital down converters and their implementation. Provide references of custom built IF receivers and digital down converters that have high dynamic range. 8) Experience with Conduant Corporation disk systems that utilize a Front Panel Data Port (FPDP-II) controller. Provide references of which Conduant disk systems have been used in end products delivered to private companies and/or government agencies. 9) Experience with National Instruments LabView software for radar simulation on a Windows or UNIX platform. Provide references of LabView software used for RF simulation. 10) Experience with the Sigmet RVP8 radar receiver, or another Sigmet receiver of the same type. The Sigmet receiver is used by the NWS NEXRAD radar and the FAA TDWR system. Provide references of simulators designed or built for a defense or aerospace system, which uses a Sigmet receiver. The vendor's documented experience shall consist of a list of contracts containing the following information: (i) Contract number and contract type (ii) Contracting agency or business (e.g., DOD, FAA, NASA, any Federal agency, State of Oklahoma, etc.) (iii) Original contract dollar value and final contract dollar value (including options) (iv) A brief description of the contract effort (v) Largest number of employees associated with direct contract effort (vi) Name, address, telephone, FAX numbers, and e:mail address for the Government Contracting Officer(s); for non-government contracts, provide the name, address, telephone and FAX numbers of business point of contact, liaison, etc. (b) Where inquiries made pursuant to (a)(vi) reveal the vendor's performance was unsatisfactory (e.g., terminated for default {partial or complete}, cure notice(s) issued, adverse administrative findings by government agencies at the federal, state or local level, etc.), the vendor will no longer be eligible to continue in the SIR process. 2. Checklist/Worksheet for the TDWR TSS: Vendors must complete the attached checklist. In order to be determined acceptable, they must be able to respond Yes to each item. Interested firms that can comply with and meet the special standards of responsibility addressed in this Request for Qualifications/SIR 1 should respond with their documentation in writing to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division Attn: AMQ-210/Phyllis Townsley Room 321, Multi-Purpose Building 6500 South MacArthur Blvd. P.O. Box 25082 Oklahoma City, OK 73125-4933 Note: For overnight mail the ZIP code is 73169 The date and time for receipt of responses is 3:30 p.m. local time, December 8, 2006, (facsimile and e:mail responses are not permitted). Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. The FAA will not pay for any information received or costs incurred in preparing responses to this Request for Qualifications/SIR 1. Late Submissions, Modifications, and Withdrawals of Submittals, and AMS Provision 3.9.1-3, PROTEST, are applicable to this SIR1. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses").
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5258)
 
Record
SN01184763-W 20061123/061121220327 (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.