Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2007 FBO #2154
MODIFICATION

99 -- Amendment 3 Batteries in Support of Aircraft Instrument Landing System (ILS)(07-59995)

Notice Date
10/18/2007
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-07-R-59995
 
Response Due
10/22/2007
 
Point of Contact
Brandon Iven, (405) 954-7667
 
E-Mail Address
Email your questions to brandon.iven@faa.gov
(brandon.iven@faa.gov)
 
Description
Amendment 3 issued to add Amendment A003 to the SIR/RFO to extend the date for receipt of offers indefinitely. A future amendment will be issued to set the closing date. Amendment 2 issued to add Amendment A002 to the SIR/RFO, which makes a change to the Salient Characteristics, now Attachment 1R. This change removes section 3.2.2(a)-Battery Capacity from the Salient Characteristics. Amendment 1 issued to add Amendment A001 to the SIR/RFO to update clauses incorporated by reference in Section I. The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement for an estimated annual quantity of 471 each lead acid batteries, manufactured in accordance with salient characteristics provided. FAA Specification FAA-E-2826 is attached for reference. The batteries are required in support of the Aircraft Instrument Landing System (ILS). The proposed Indefinite Delivery/Requirements type contract with Economic Price Adjustment will include option provisions to renew for four (4) additional one-year periods. Requirements will be placed on an as needed basis. Each requirement will be direct ship from the contractor to the facility as orders are received. Contractor's standard commercial warranty is required. Competition is limited to small business concerns. Firms must be classified as a small business under North American Industry Classification System (NAICS) Code 335911 - 500 employees. Firms shall complete and submit the attached Business Declaration form with their proposal. A technical evaluation will be conducted, see SIR/RFO Provisions L.2 and M.1. Required technical documentation shall include: (a) Written documentation to demonstrate the proposed battery conforms to the salient characteristics provided in Attachment 1 (b) Supporting documentation to establish that the proposed battery meets the battery life expectancy requirement as stated in FAA-E-2826 Section 4.3.22; e.g. data from life tests of SAE J240 or SAE J2185. As noted in the salient characteristics, the requirement for the battery life cycle expectancy (Years of Use) has been changed from 20 years to 10 years for this solicitation. (c) A copy of their standard commercial warranty. Technical/cost proposals must be received by the FAA, Customer Service Desk (AMQ-100), 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169 (P.O. Box 25082, Zip Code 73125,) no later than 3:00 p.m. CST, October 22, 2007. Hand-carried proposals (or proposals sent by overnight delivery) shall be delivered to Room 313 of the Multi-Purpose Building located at 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma 73169. The proposal must be sealed and labeled as follows: SIR/RFO DTFAAC-07-R-59995; due 3:00 p.m. CST, October 22, 2007. Hand-delivered responses will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Overnight delivery of responses to this SIR/RFO could also be impacted if not sent in sufficient time to allow for special mail handling procedures in place at the Aeronautical Center. Any responses received after 3:00 p.m. CST, October 22, 2007, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR/RFO process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested technical documentation. Inquiries regarding the SIR/RFO should be directed to the Contract Specialist, Brandon Iven, Brandon.Iven@faa.gov.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6116)
 
Record
SN01436738-W 20071020/071018223446 (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.