Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

99 -- Antenna Drive System Fabrication

Notice Date
4/23/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
9431
 
Response Due
5/7/2010
 
Archive Date
5/22/2010
 
Point of Contact
Connie Houpt, 405-954-7820
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a requirement for the procurement, fabrication, testing, and delivery of a new Antenna Drive System (ADS) that is to be installed at Federal Aviation Administration (FAA) Long Range Radar (LRR) sites in conjunction with the Common Air Route Surveillance Radar (CARSR) modification. Under this contract, parts for the fabrication of ADS units will be procured. The various units will then be assembled and wired according to the Government fabrication drawings provided. These units will then be tested in accordance with Government furnished test plans, crated in accordance with Government furnished packaging, handling, storage, and transportation instructions. The ADS systems will be built in accordance with the FAA's Statement of Work (attached) and drawing package. The drawing package will be provided upon request when the Request for Offers is issued. The requirement is for an Indefinite-Delivery/Requirements type contract with fixed-price pricing arrangements. It is anticipated that Special Standards of Responsibility will be incorporated in the Screening Information Request to enable a technical evaluation to be conducted to make a determination as to which company can provide the Best Value to the FAA. First article testing of one (1) ARSR-1 system will be required prior to fabrication of production units. Responses to this market survey may also be used to determine if there is adequate competition to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition. The NAICS Code for this requirement is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a Small Business Size Standard of 750 employees. CAPABILITY STATEMENT: All vendors responding to this market survey must provide a Capability Statement that addresses the following (in order):a. Type of products/services provided by your firm.b. Description of previous contracts for products/services that are similar in scope. Provide detailed information and past performance information for at least two (2) previous contracts including program title, customer name, contract dates, contract value, customer point of contact, and description of work performed.c. Demonstrate experience/capability for the requirements set forth in the attached draft Statement of Work (SOW). MANDATORY REQUIREMENTS FOR EXPRESSION OF INTEREST:In order to be considered responsive, organizations expressing interest in this matter must provide the following:a. Capability Statement (as defined above)b. Completed Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Vendors must respond directly to the Contracting Officer identified. Interested parties who can comply with and meet all of the requirements called out in this market survey must respond with their documentation in writing to the Contracting Officer at connie.m.houpt@faa.gov. Responses shall be received by 2:00 p.m. CST, May 7, 2010. Late responses may 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. Individual company responses will not be disclosed to other vendors. This market survey shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire this equipment. Responders to this market survey may be based to provide additional details/information based on their initial submittal. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/9431/listing.html)
 
Record
SN02131340-W 20100425/100424000029-86bd62458969f2dc210d0e02b8640c20 (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.