Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

99 -- Low Cost Ground Surveillance (LCGS) - Spokane, WA

Notice Date
12/15/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-330 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
11363
 
Response Due
1/5/2012
 
Archive Date
1/20/2012
 
Point of Contact
Jerry Kim, 202-493-4487
 
E-Mail Address
jerry.kim@faa.gov
(jerry.kim@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Announcement: The Federal Aviation Administration (FAA) has a requirement to upgrade an existing Park Air "NOVA 9000 surface surveillance system" in Spokane, Washington. In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. This announcement is not a screening information request (SIR) or request for proposal (RFP) of any kind. It is for information and planning purposes and is not to be construed as a commitment by the Government. Further, the FAA is not seeking or accepting unsolicited proposals. The Principal North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services with a size standard of $4.5 million. This is a new acquisition. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program based on the responses to this survey. Background:The FAA commenced evaluation of Low Cost Ground Surveillance (LCGS) technology at Spokane, Washington in 2005. Park Air Systems was selected to install their commercial off the shelf system, the NOVA 9000 surface surveillance system, at Spokane for assessment. Purpose:The purpose of this survey is to gather information in order to determine whether there is adequate competition and to choose the procurement method for this requirement. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. Acquisition:The FAA currently seeks interested vendor(s) that are capable of upgrading the existing system to the product baseline equivalent of the NOVA 9000 system installed in Reno, Nevada, and upgrading the existing Terma fixed frequency radar transceiver to a new Terma Scanter 5001 solid state tunable frequency transceiver. These two upgrades are required for continued use of the LCGS test bed at Spokane. Draft Statement of Work: The respondent must be able to perform the following tasks indicated below:1)Upgrade the existing ParkAir Nova 9000 system located at the Low Cost Ground Surveillance (LCGS) test bed in Spokane Washington to the product baseline equivalent to the ParkAir Nova 9000 system delivered to Reno, NV. This will include hardware and software upgrades. Maintenance and warranty support will be required for a period of one year. 2)Replace the existing Terma fixed frequency radar transceiver with a new Terma Scanter 5001 solid state tunable frequency transceiver. Re-optimize the ParkAir Nova 9000 as required to accommodate the solid state transceiver upgrade.Perform necessary engineering to modify the existing Terma radar equipment to comply with NTIA frequency specifications. The equipment must be modified so that its operational frequency does not extend outside the authorized spectrum of 9.0 to 9.2 GHz. Upgrade the current Terma X band system with the Terma Scanter single frequency solid state transceiver. This upgrade should include the capability for open tuning anywhere between 9.0 and 9.2 GHz. Additional tasks may be added as required. Capability Statement: All respondents must provide a Capability Statement in the submission that discusses similar work of the type, nature, and complexity completed in the past for the tasks specified in the Draft Statement of Work above. Alternate and substitutions of equipment will not be accepted. Submission Procedure: ALL SUBMISSIONS MUST BE RECEIVED BY 2:00 PM EASTERN TIME ON JANUARY 5, 2012. All responses must be made on company letterhead in writing and must demonstrate that the respondent can meet the requirements stated. The responses are limited to a total of five (5) pages including the Capability Statement. Type font of at least 12 point is required. A Business Declaration Form (attached) should also accompany the response to this market survey. If applicable, a copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status should be provided. It is preferred that respondents submit their responses by electronic submission. The electronic submission should be in either "Microsoft Word" or "PDF" formats addressed to Jerry Kim, Contract Specialist, via email at jerry.kim@faa.gov. Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received. If a respondent chooses to mail their response, the response should be mailed to the following address: Federal Aviation AdministrationAttn: Jerry Kim, AAQ-330800 Independence Ave., SWRoom 406Washington, DC 20591 The FAA is not required to reimburse to any party for any costs incurred in the preparation and submission of a response to this market survey. Costs associated with this market survey submission are at the sole risk of the responding party's expense. Any information provided in response to this market survey is for informational purposes only and will not be released to the public. Any proprietary information submitted must be adequately marked as proprietary and will be protected accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/11363/listing.html)
 
Record
SN02639639-W 20111217/111215234039-264535ee7fc887dced6830bea8985a59 (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.