Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOURCES SOUGHT

99 -- 2GVORTAC Very Hight Frequency Omnirange (VOR) Repair Services

Notice Date
7/18/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
6910
 
Response Due
8/8/2008
 
Archive Date
8/23/2008
 
Point of Contact
Joy Dickson, 405-954-1015
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a requirement for the repair services for 65 electronic circuit Line Replaceable Units (LRUs) with various estimated annual quantities to support the FAA FA9996 Second Generation VORTAC (2GVORTAC) Very High Frequency Omnirange (VOR) and Doppler VOR (DVOR) System/Distance Measuring Equipment (DME)-Tactical Air Navigation (TACAN). THALES ATM Inc., formerly Wilcox, is the original manufacturer. These LRUs are used in the VOR portion of the 2GVORTAC and were originally manufactured by Wilcox in the early 1980s. The 2GVORTAC was a joint venture between Wilcox and International Telephone and Telegraph (ITT). ITT was responsible for the design and repair of the 2VORTAC Distance Measuring Equipment/Tactical Air Navigation (DME/TACAN) portion of the 2GVORTAC. Repair services will be made in accordance with original manufacturer's specifications, FAA Logistics Center Standard, FAAD-STD-1293D, Servicing Standards and Test Requirements for Ground Electronic Equipment, dated September 21, 2006, and TI 6820.2, "VORTAC, VOR/DME, VOR Equipment, Type FA-9996", portions of which apply. The referenced documents and the technical data packages for each line replacement units (LRU) are available on CD ROM by requesting a copy from the Contracting Officer. International Repair Services, Inc. (IRS), Palmdale, CA, current repair source, and Thales ATM, Inc., Shawnee Mission, KS, have been previously qualified to repair these digital and analog/RF components; therefore, they are not required to submit documentation evidencing their capabilities. The intent of this announcement is to permit companies that may possess the technical capabilities to repair and/or modify these digital and analog/RF components an opportunity to provide specific information as to their unique capabilities. Interested offerors are invited to submit documentation evidencing the possession of the following capabilities: 1. Experience involving the manufacture, repair, modification and testing of similar digital and analog/RF components, i.e., similar in size, complexity, application, etc.; 2. Possession of or ability to acquire manufacturing, repair and special test equipment and documentation required to accommodate repair and/or modification and testing to verify performance of these digital and analog/RF components; 3. Ability to manufacture or locate and acquire associated parts including out of production components for repair and/or modification, components and assemblies unique or critical to digital and analog/RF components; 4. Must be capable of providing test fixtures and test procedures available for use within 30 days of contract award. 5. Ability to repair and/or modify digital and analog/RF components and test to verify performance of this configuration within fifteen (15) workdays after receipt of the unit for priorities, if applicable and thirty (30) workdays after receipt of the unit(s) for routine requirements; 6. Ability to repair and/or modify digital and analog/RF components of this configuration and test to verify performance at the estimated rate adequate to satisfy estimated annual quantity requirements. 7. Ability to provide a warranty for the repair and/or modification of digital and analog/RF components; and 8. ISO 9001 Registered or, as a minimum, have a Quality Control Program in compliance with ANSI/ASQC Q9002-1994. * Capabilities/qualifications may be demonstrated/documented as follows: Ref. No. 1: Provide specific references (e.g., company, points of contact, telephone numbers, contract/order numbers, etc.) of customers for which similar digital and analog/RF component were repaired and/or modified. The submission must specifically identify the similarities of the digital and analog/RF components. Ref. No. 2: Provide a list of unique or peculiar equipment (e.g., manufacturing, repair and special test equipment) and special tooling available required to accommodate the repair and/or modification of subject digital and analog/RF components. Ref. No. 3: List the major parts, components and assemblies required to affect the repair and/or modification of subject digital and analog/RF components. For each major part, component and assembly listed, identify whether it is a "make" or "buy" item. Identify the manufacturer of any non-commercial "buy" item. Special attention should be given as to how any proprietary part of another's manufacturer will be provided or addressed. Ref No. 4: Explain how test fixtures will be available for use and test procedures will be submitted for approval within 30 days of contract award. Ref. No. 5: Explain how the repair and/or modification of digital and analog/RF components of this configuration can be accommodated within fifteen/thirty (15/30) workdays after receipt of the unit. List long lead-time items (make or buy) that are not readily available (i.e., within 5 calendar days) either within the vendor's capacity to produce or through open market. Provide an explanation as to how these long lead items will be made available in order to meet the required 30-day turnaround time for the repair and/or modification of subject digital and analog/RF components. Ref. No. 6: Provide documentation involving current or previous contracts where capability to repair and/or modify of up to the estimated amount shown above for digital and analog/RF components per year was demonstrated. Documentation must include references to company/business, points of contact, telephone numbers, contract/order numbers, etc., for which similar repair and/or modification of digital and analog/RF components were accomplished. Ref. No. 7: Provide documentation in the form of existing or proposed warranty or representation as to willingness to negotiate a warranty based on FAA needs. Ref. No. 8: Vendor shall submit documentation demonstrating ISO 9001 registration or compliance that contains all elements of the standard. This acquisition contemplates a phased approach. This, the initial phase involves the qualifications of vendors. Only those firms responding to this announcement that are determined qualified by the FAA will be allowed to participate in the next phase. The remaining phases of the downselect process will be identified in future communications with those firms that successfully respond to this public announcement. Vendors must respond directly to the contracting officer identified in this announcement. Provide two copies of documentation in writing to: Federal Aviation AdministrationMike Monroney Aeronautical CenterNAS Contracting DivisionAttn: AMQ-210/Joy DicksonRoom 313, Multi-Purpose Building6500 South MacArthur Blvd.P.O. Box 25082Oklahoma City, OK 73125-4933 Note: For overnight mail the ZIP code is 73169. Mark responses to this announcement with Announcement File #0856712, to arrive by August 8, 2008, 3:30p.m. local time. Facsimile and email 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 not be considered as one of the qualified companies. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. 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. 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 announcement. 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5b139477f1d5c4768d8c7de71bb9f18c&tab=core&_cview=1)
 
Record
SN01617305-W 20080720/080718220127-5b139477f1d5c4768d8c7de71bb9f18c (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.