Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

99 -- Repair/Overhaul Amplitron Tubes for the Air Route Surveillance Radar Models 1 and 2

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-08-R-53726
 
Response Due
2/29/2008
 
Archive Date
3/30/2008
 
Point of Contact
Phyllis Townsley, 405-954-7816
 
E-Mail Address
Email your questions to Phyllis.J.Townsley@faa.gov
(Phyllis.J.Townsley@faa.gov)
 
Description
The Federal Aviation Administration (FAA) has a requirement for the overhaul/repair of an estimated annual quantity of 192 each Amplitron Tubes, NSN 5960-00-023-9482, Litton Systems Inc., now L-3 Communication's P/N L4953R, Raytheon Technical Services Co., P/N QK653 and Electronics Industries Assoc., P/N RK7577. Raytheon, who subsequently sold their tube division to Litton, originally manufactured the tubes. Northrop Grumman, Williamsport PA, acquired the Electron Devices Division of Litton Systems Inc. L-3 Communications, Electron Devices Division, officially changed their name from Litton Systems Inc., Electron Devices Division, a subsidiary of Northrop Grumman in December 2002. The proposed contractor is L-3 Communications, Williamsport, PA. The proposed contract provides for major overhaul or modification services in support of Air Route Surveillance Radar Models 1 and 2 (ARSR 1/2) systems. The ARSR 1/2 are integral part of the Air Traffic control system. Raytheon originally built the ARSR 1 and 2 systems in 1957 specifically for the FAA. In 1994 Raytheon sold their tube division to Litton. This acquisition included the proprietary rights for repair of original tubes applicable to the ARSR 1 and 2 systems, as well as the test set for testing rebuild/overhaul of amplitron tubes. The test set is a one of a kind unit, which was built specifically for testing the rebuild/overhaul of amplitron tubes in order to maintain FAA's stringent safety and reliability standards. The amplitron electronic characteristics cannot be measured and aligned without the use of this test set. The repair processes are proprietary to Northrop Grumman; however, the FAA has revised FAA Logistics Center Specification, FAA-D-1275, Tube, Electron, Amplitron, which coupled with a company's knowledge and experience should enable other vendors to be qualified to rebuild/overhaul these tubes. However, a vendor must have access to a test set, which will be required in order to accomplish system testing. The FAA does not have a test set to provide to a contractor as Government Furnished Property. The type of contract contemplated under this requirement is Indefinite Delivery/Requirements. Requirement is for a base year and includes option provisions to renew for three additional 1-year periods, to be exercised at the sole discretion of the FAA. Interested vendors that have the capabilities to overhaul/repair these tubes and has access to a test set should respond with their documentation and proof of availability of test set to the Contracting Officer. Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA. Interested parties who can comply with and meet all of the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer. All interested sources must provide their responses/submittals no later than 2:00 PM, CST, February 29. 2008. Information packages received after this date will be determined late and will not be considered. The FAA will not pay for any information received or costs incurred in preparing responses to this market survey. Any proprietary information should be so marked. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Responders to this announcement may be asked to provide additional details/information based on their initial submittal. The final determination by the FAA not to open this requirement to competition, based on any information provided, is solely within the discretion of the FAA. 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=6420)
 
Record
SN01507852-W 20080215/080213223725 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.