Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
DOCUMENT

99 -- ASR-9 Serial Interface System (ASIS) 2 Circuit Card Assembly (CCA) SIR - Attachment

Notice Date
6/12/2017
 
Notice Type
Attachment
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-210 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
DTFAWA-17-R-00033
 
Response Due
7/18/2017
 
Archive Date
7/18/2017
 
Point of Contact
Krystalyn Stuhr, krystalyn.stuhr@faa.gov, Phone: 202-267-0642
 
E-Mail Address
Click here to email Krystalyn Stuhr
(krystalyn.stuhr@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
*Please be advised, per original instructions, all of the Government Furnished Material (GFM) and Government Furnished Information (GFI) as referenced in Attachment 2 “ List of Government Furnished Items, will not be provided until after contract award. Also, please find the following excerpt from Section C.1: * NOTE: The Government furnished items include the schematic, GERBER files, JDEC fuse map and related equipment which shall be furnished to the successful offeror after contract award. *Additionally, verbal communication will not be entertained per Section L.10. Please send all comments and or questions in the Question and Comment Matrix (attachMENT 6) to Krystalyn.Stuhr@faa.gov and Craig.Mayo@faa.gov by June 20, 2017 by 4:00PM. 1. Introduction/Description The ASR-9 Serial Interface System (ASIS) II provides serial interfaces for uses of ASR-9 data. The ASIS II processes and/or buffers radar data for use by external users, such as air traffic control computers. The ASIS II card provides six (6) buffered data paths on its output. Each path consists of up to five (5) channels of data. The processor can produce four (4) channels of serial data along with one Ethernet channel. The ASIS II can also detect input channel failures and automatically switch in spare channels. A full-duplex high speed channel supports Ethernet or EIA-530 communications. The ASIS II CCA is used within the Digital Remote SCIP Replacement (DRSR) and has a dual functionality that is automatically recognized by firmware code that resides on the CCA to either provide the functionality of an ASIS II CCA or an ASIS III CCA depending on what slot the CCA is inserted into. For the purposes of this procurement, only the ASIS II designation will be used because the dual functionality that occurs on a software / firmware level may cause confusion. The ASIS II CCA is a custom designed circuit card assembly built to FAA specifications. As an assembly this CCA is considered non-complex. The ASIS II CCA is an integral component of the DRSR. The FAA has determined that, in order to maintain and sustain the operational capability of the aforementioned system, the FAA will need to procure an additional 270 ASIS II CCAs (First Article = 20 units, Production quantity = 250 units). 2. Period of Performance 320 calendar days from Contract Award 3. Set-Aside or not Set-Aside This procurement is a small-business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 334418. The small business size standard as defined by the Small Business Administration is the following: For NAICS codes based on annual receipts, the annual average receipts for the last three fiscal years cannot exceed N/A. For NAICS codes based on the number of employees, the average number of employees over the last twelve-month period cannot exceed 750. 4. Standard Language Contract award is to be made to that technically acceptable and responsible Offeror who offers to the Government the lowest reasonable evaluated price. The Government will not pay for any costs incurred in the preparation of, or the submission of any response to this solicitation or in making necessary studies or designs for the preparation thereof, including attendance at any pre-solicitation conference. The FAA reserves the right not to make an award if such action is in its best interest. Offerors are cautioned not to minimize the importance of a detailed adequate response in any of the factors. For further information please see Section M of the SIR. 5. Delivery Requirements (a) The Offeror must submit proposal Volumes I, II, and III to the FAA's Contract Division at the below specified address NOT LATER THAN 4:00 PM, E.S.T. July 18, 2017. If any part of an Offeror's proposal, or modification thereto, is not received by the time and date specified, it will be considered late (NOTE: See FAAAMS 3.2.2.3-14, LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF SUBMITTALS). A cover letter of transmittal may include a brief summary of the offer or highlight the manner in which the proposal meets or exceeds the requirements of the SIR. Proposal Volumes I, II, and III may be mailed via the U.S. Postal Service, hand-carried, delivered by courier or delivery service, to the FAA Contracting Officer at the following address: FEDERAL AVIATION ADMINISTRATION ATTN: CRAIG MAYO, AAQ-210 CONTRACTING OFFICER 600 INDEPENDENCE AVENUE, SW WILBUR BUILDING (10B) SUITE 4W42HS WASHINGTON, DC 20591 PHONE: 202-267-0773 Submit any questions or comments concerning any aspect of the SIR, via email to Krystalyn.Stuhr@faa.gov and Craig.Mayo@faa.gov. Please use the attached Question and Comment Matrix (attachment 6) to submit all questions or comments no later than 4:00 PM June 20, 2017. The FAA will post a response to all questions and comments concerning the SIR by June 27, 2017. Please see the following milestone schedule: June 20, 2017 by 4:00PM EST - Vendors to provide comments and questions to FAA June 27, 2017 by 4:00PM EST - FAA to post responses to all vendor questions and comments July18, 2017 by 4:00PM EST- Vendors to submit proposals Questions must make reference to the applicable section of the SIR. Offerors questions and the responses by the Government may form the basis of an amendment to the SIR. No verbal questions will be entertained. (b) The Offeror must submit responses to this SIR in hard copy format (3) as referenced above. Additionally, the Offeror must submit a soft copy format via email to Krystalyn.Stuhr@faa.gov and Craig.Mayo@faa.gov by the above specified date and time. Due to FAA email size limitations, each volume must be submitted in a separate email as a zip file attachment. The electronic version must match the hard copy to include page limits. Pricing information submitted in spreadsheet format must be editable with visible formulas versus cell values. Your offer must arrive at the place and by the time specified in the SIR. For further submission details please see section L.10 of the SIR. 6. SIR Attachments (1) FAA ASR-ASIS 2 Manufacturing Specification. (2) List of Government Furnished Items (3) Factory Acceptance Procedures (4) Business Declaration (5) Past Performance Questionnaire (6) Question Comment Matrix If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27540 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-17-R-00033/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment 4 Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/79192)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79192

 
File Name: Attachment 5 - Past Performance Questionnaire (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79193)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79193

 
File Name: Attachment 1 ASIS2 Manufacturing Specs (doc) (https://faaco.faa.gov/index.cfm/attachment/download/79194)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79194

 
File Name: Attachment 2 ASIS_GFE_J002 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/79195)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79195

 
File Name: Attachment 3 ASIS2_FAT_Procedures (doc) (https://faaco.faa.gov/index.cfm/attachment/download/79196)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79196

 
File Name: ASIS 2 CCA SIR - Updated - Amendment 0001 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79197)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79197

 
File Name: Attachment 6 ASIS 2 CCA SIR Comment Question Matrix (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/79198)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79198

 
File Name: Amendment 0001 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/79199)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79199

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04541338-W 20170614/170612235009-303682df57000b3d08b7f8056bb93c30 (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.