Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

99 -- ATO TERMINAL SURVEILLANCE

Notice Date
9/16/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, aja-46 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
11154
 
Response Due
10/17/2011
 
Archive Date
11/1/2011
 
Point of Contact
Lucinda Davis, 202-385-8552
 
E-Mail Address
lucinda.davis@faa.gov
(lucinda.davis@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEYSOURCES SOUGHT/ CAPABILITIES REQUEST This Market Survey is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Section 3.2.1.2.1. The purpose of this Market Survey is to determine whether or not adequate competition exists to meet requirements of full and open competition and to determine the feasibility of a small business, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses (SEDB) that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. The Federal Aviation Administration (FAA) is seeking companies with experience in Radio Frequency (RF) Transmit/Receive Limiters (TR Limiters) and associated technologies to include corporate knowledge, technical expertise, facilities, manufacturing equipment, and product acceptance test hardware. The TR Limiters will be installed within the existing WR-284 type waveguide configuration of the Air Route Surveillance Radar Model 9 (ASR-9) radar system. The ASR-9 System is a medium range (60 nautical mile (nmi)) airport surveillance radar that operates at S-band with a pulse width of 1.03 microseconds, a Pulse Repetition Frequency (PRF) of 928 to 1321 Hertz (Hz) (1200 Hz typical) and an average power from 1188 to 1462 watts (depending on PRF). The FAA desires to test and potentially qualify a replacement ASR-9 TR Limiter, which will provide equivalent protection and extend the operational life from 40,000 hours to approximately 80,000 hours or more. The failure rate of the current TR Limiter is 5 years (average of 29 per year) at the 135 radar sites. The failure mode has been the degradation of the Receiver Recovery Time. There are four (4) TR Limiters in each system with 1 spare on site. It is anticipated that the replacement TR Limiter will be dropped-in/installed within the existing WR-284 waveguide configuration of the ASR-9 radar system, and be evaluated in an operational state from same position. It is the FAA's intent, via the installation of this replacement TR Limiter, to provide measurable improvements in reliability and maintainability of the replacement TR Limiter. All upgrade possibilities are encouraged and welcome, from refurbishment (by replacement of individual components) up to and including the replacement of the entire legacy TR Limiter. The installation and operation of the replacement TR Limiter must not result in the diminution of any performance characteristic associated with the legacy TR Limiter. The estimated quantity that may be required by the Government is 200-750 each. This Market Survey is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a solicitation for a Screening Information Request (SIR). Accordingly, this Market Survey must not be construed as either a promise to award a contract or an obligation for the Government to provide compensation for information associated with the preparation and submittal of inquiries addressing this Market Survey If a formal solicitation is generated at a later date, a notice will be published on FAA Contract Opportunites. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the FAA. The FAA reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. Responses will not be returned. Respondents will not be notified of the results of this survey or results of information submitted. The principle North American Industry Classification System (NAICS) code for this effort is 334511, "Air Traffic Control Radar Systems and Equipment Manufacturing". Interested vendors are requested to provide a capabilities summary of not more than 20 pages describing product operational characteristics and production capability. For submissions to replace the entire legacy TR Limiter, include the following information: 1)Name and Address of your Company; URL of Company website (if applicable), and Point of Contact with telephone number.2)Do you have and use a Quality Assurance (QA) process?3)Is your company ISO certified? Identify which certification4)Does your company have experience in providing long-term depot-level support? Identify the organization, # of years and describe experience5)Does your company market a commercially available TR Limiter?6)Does your commercially available TR Limiter meet the requirements of "Attachment A" (Figure 1 and Figure 2 and Table 1)?7)Indicate any radar systems for which the unit is currently supporting.8)State the number of existing TR Limiter Units in the field sold by the respondent to include the sites where the FAA may observe the unit and the contract vehicle under which they were procured, along with the contract /delivery order number(s), if applicable.9)What is your potential monthly production/delivery rate?10)Identify warranty policies, extended warranty programs, current prices and any quantity discounts.11)Indicate the capability to submit a unit for testing if required to do so. 12)Indicate capability to incorporate these highly valued features in their alternative solutions:a.To increase significantly the continuous operational life of a new TR Limiter in an ASR-9 radar system beyond 10 years.b.To reuse the core from the legacy FAA owned TR Limiter to produce a more economical unit, from a lifecycle perspective.c.To use a modular configuration to enable field replacement of subassemblies internal to the unit 13)Provide a Rough Order of Magnitude (ROM) that includes:a.Unit price estimate for the following quantity ranges 100-200; 201-400; 401-600 for each production year from FY13 thru FY15;b.Shipping to the delivery point, Oklahoma City, OK.This ROM will be used for planning purposes only.14)Provide a completed Business Declaration Form (see Attachment B), and SBA 8(a) form if applicable. For submissions to refurbish (by replacement of individual components) the legacy TR Limiter, include the following information: 1)Name and Address of your Company; URL of Company website (if applicable), and Point of Contact with telephone number.2)Do you have and use a Quality Assurance (QA) process?3)Is your company ISO certified? Identify which certification4)Does your company have experience in providing long-term depot-level support? Identify the organization, # of years and experience5)Does your company market a commercially available TR Limiter? 6)Does your commercially available TR Limiter meet the requirements of "Attachment A" (Figure 1 and Figure 2 and Table 1)?7)Indicate any radar systems for which the unit is currently supporting.8)State the number of existing TR Limiter units in the field sold by the respondent to include the sites where the FAA may observe the unit and the contract vehicle under which they were procured, along with the contract /delivery order number(s), if applicable.9)Identify warranty policies, extended warranty programs, current prices and any quantity discounts.10)Indicate capability to incorporate these highly valued features in their alternative solutions:a.To increase significantly the continuous operational life of the refurbished TR Limiter in an ASR-9 radar system beyond 10 years.b.To reuse the core from the legacy FAA owned TR Limiter to produce a more economical unit, from a lifecycle perspective.11)Provide a description of the maintenance concept such as:a.Which components would be replaced?b.What is the predicted life of the replacement components?c.Estimate of time required to conduct replacement.d.Would replacement occur at radar site? If so, would special tools be required?e.What skills would the technician require to conduct and complete the replacement?12)Provide a Rough Order of Magnitude (ROM) that includes:a.Unit price estimate for the quantity of 50-100 per yearb.Shipping to the delivery point, Oklahoma City, OK.This ROM will be used for planning purposes only.13)Provide a completed Business Declaration Form (see Attachment B), and SBA 8(a) form if applicable. Submission Details: Send one electronic submission for each proposed solution to lucinda.davis@faa.gov. The electronic submission should be in a Portable Document Format (.PDF). Submissions should not exceed 20 pages in length. All Submissions/responses should be received by 1:00 p.m. Eastern Standard Time on Monday, October 17, 2011 Brochures alone will not be considered sufficient documentation for demonstration of capabilities. For questions, requests for additional information, etc. regarding this market survey, contact Lucinda Davis, Contracting Officer via e-mail: Lucinda.Davis@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), e-mail address(es) (if available), and mailing address. E-mail confirmation for receipt of submission will be sent to the e-mail address provided by vendor. Please submit questions via e-mail. No telephone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/11154/listing.html)
 
Record
SN02580081-W 20110918/110916235759-9b2dd11bdd837e2aa37665ba326155b9 (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.