Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
MODIFICATION

99 -- Test, Measurement & Diagnostic Equipment Calibration Services

Notice Date
1/11/2008
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-08-R-00055
 
Response Due
1/22/2008
 
Point of Contact
Joy Dickson, 405-954-1015
 
E-Mail Address
Email your questions to joy.dickson@faa.gov
(joy.dickson@faa.gov)
 
Description
Amendment A001 to Announcement/SIR1 is hereby issued to replace Attachments 1 and 2 with revised Attachments 1 and 2, and to add Attachment 5. The closing date remains the same. ****************************************************************************** ANNOUNCEMENT/SCREENING INFORMATION REQUEST (SIR) 1 TEST, MEASUREMENT & DIAGNOSTIC EQUIPMENT CALIBRATION SERVICES DTFAAC-08-R-00055 The Federal Aviation Administration (FAA) has a requirement for on-site calibration of various FAA owned test, measurement, and diagnostic equipment (TMDE), located at an estimated 1,350 facilities throughout the continental United States, Alaska, Hawaii, South Pacific, and the Caribbean. These sites are located within one or more of the FAA's nine regions. This equipment is utilized to maintain operational capability of the National Air Space System, and is critical to ensure a high level of safety for the flying public. For a more detailed description of the services, see the Performance Work Statement (PWS) accompanying this Announcement/SIR 1. The contract will be for a 1-year base period with four 1-year option periods to be exercised at the sole discretion of the Government. The contract type will be an Indefinite-Delivery/Requirements type contract. This acquisition contemplates a phase approach. This, the initial phase, involves the Announcement/SIR1 of the requirement in order to permit vendors an opportunity to express an interest and demonstrate that they meet the special standards of responsibility described further herein. Only those firms that respond successfully to this Announcement/SIR1 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 Announcement/SIR1. 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 Announcement/SIR1. 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 20 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. Firms must demonstrate they have established field offices/service centers in strategic locations throughout the United States, e.g., provide list, map, etc. 2. Firms must be ISO 9002 certified. Firms must provide ISO 9002 certification. 3. Firms must demonstrate they currently own or have the financial capability to acquire a fleet of eleven (11) mobile calibration facilities (MCF). MCFs must be ISO 9002 certified and operational within thirty (30) days after contract award. 4. Ninety (90) percent of the calibration personnel assigned to this contract must be Precision Measurement Equipment Laboratory (PMEL) or equivalent certified. Firms shall provide PMEL or equivalent certifications for each employee that will be assigned to the contract. 5. MCF's must meet the measurement capabilities identified below. Firms must demonstrate by providing documentation/literature to support their MCFs meet the following criteria: a. Capability of calibrating frequency measuring and generating test equipment in the range of DC to 26.5 GHZ at power levels from -127 dBm to +30 dBm. b. Capability of calibrating test equipment measuring and generating AM, FM, Pulse and Phase Modulation, and noise and distortion. c. Maintain a time base reference of 10MHZ @ 1X10-10 accuracy. d. Capability to calibrate radar test sets including Pulsed RF power measurements. e. Capability of calibrating RF Watt meters from 1mw to 100 Watts in the frequency range of DC to 1000 MHZ. f. Capability of calibrating RF Wattmeters from 1mw to 500 Watts in the frequency range of DC to 1000 MHZ, at a (fixed lab location.) g. Capability of producing AC voltage in the range of 0 to 1000 VAC, 50HZ to 10MHZ. h. Capability of measuring AC voltage in the range of 0 to 1000 VAC, 50HZ to 100KHZ. i. Capability of producing DC voltage in the range of 0 to 1000 VDC. j. Capability of measuring DC voltage in the range of 0 to 10,000 VDC. k. Capability of producing resistance in the range of .001 Ohm to 2.5 Gig Ohm. l. Capability of measuring resistance in the range of 1 Ohm to 100 Meg Ohm. m. Capability of producing and measuring AC and DC current in the range of 1ua to 20 Amps. 6. Firms must demonstrate their calibration services are traceable to the National Institute of Standards and Technology (NIST) and meet ANSI/NCSL Z540-I-1994. 7. Firms must have the capability to calibrate ninety-five (95) percent of the FAA site equipment identified in Attachments 1 and 2 of the PWS with MCFs. Firms shall identify those items within Attachments 1 and 2 that can be calibrated on-site with their MCFs. Interested firms that can comply with and meet the special standards of responsibility addressed in this Announcement/SIR 1 should respond with their documentation in writing to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division,AMQ-210/Joy Dickson Multi-Purpose Building, Room 313 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, January 23, 2008, (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. Because all incoming mail and other parcels, including overnight air deliveries, are being pre-screened, before being delivered, vendors are encouraged to submit responses early. AMS Provision 3.2.2.3-14, 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://conwrite.faa.gov (on this web page, select "Search and View Clauses"). This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a 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 $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169."
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6312)
 
Record
SN01483809-W 20080113/080111223820 (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.