Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2002 FBO #0353
SOLICITATION NOTICE

99 -- Repair

Notice Date
11/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-02-R-20707
 
Archive Date
12/29/2002
 
Point of Contact
Phyllis Townsley, 405-954-7816
 
E-Mail Address
Email your questions to Phyllis.J.Townsley@faa.gov
(Phyllis.J.Townsley@faa.gov)
 
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). These services are only known to be available from THALES ATM, Inc., Shawnee, Kansas formerly Wilcox Electric Inc. (Wilcox). The requirement includes a base contract year with provisions for four 1-year options. 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. THALES ATM Inc., formerly Wilcox, is the original manufacturer and is the only known source of development, design, system engineering expertise and test data. They designed and manufactured the system and have developed repair capability for VOR and DVOR LRUs. They have developed automatic test capability that has increased the reliability and decreased the repair cycle of the VOR and DVOR LRUs supporting the system. They have also developed automatic test capability on the HP 3065, which speeds the test and repair of the LRUs. THALES ATM Inc. is the only vendor known to have a test bed. The FAA provides, as Government Furnished Property (GFP), circuit card assemblies in order to maintain their test bed. However, the circuit card assemblies provided as GFP are not sufficient for a contractor to test the LRUs. Although there are other companies that may be competent sources of repair for some of the circuitry used in the 2GVORTAC system, a vendor must have access to a test bed or test fixtures, which will be required in order to accomplish system testing. The FAA does not have test bed or test fixtures to provide to a contractor as GFP. Interested vendors that have 2GVORTAC repair capabilities and access to test fixtures or a test bed and technical data to confirm LRUs performance to original specifications should respond with their documentation (2 copies) to demonstrate their ability to the Contracting Officer, FAA, Mike Monroney Aeronautical Center, NAS Acquisition Contracting Team, AMQ-210, P.O. Box 25082, 6500 S. MacArthur Blvd., Oklahoma City, OK, 73125-4929. Facsimile responses are not permitted. The documentation must clearly demonstrate that the concern has ownership or legal access to required original equipment manufacturer documentation, test bed facility, and copies of the test procedures, specifications and equipment listings applicable to the LRUs as well as access to replacement parts necessary to effect the repairs. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. Any information received as a result of this market survey w! ill not be for use outside the Government but solely for the purpose of determining whether an additional source may be approved for the repair of the LRUs. Statements that data will be obtained or that specifications or drawings will be developed are not acceptable. This market survey shall not be construed as a request for proposal or an obligation on the part of the FAA to acquire these services. The FAA will not pay for any information received or costs incurred in preparing responses to this market survey. Responders to this market survey may be asked to provide additional details/information based on their initial submittal.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00206536-W 20021120/021118213128 (fbodaily.com)
 
Source
FedBizOpps.gov 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.