Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2003 FBO #0405
SOLICITATION NOTICE

99 -- Repair and/or Modification of 2nd Generation VORTAC Analog/RF Components

Notice Date
1/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-02-R-20059
 
Archive Date
2/22/2003
 
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), Mike Monroney Aeronautical Center, Oklahoma City, Oklahoma, has a requirement for the repair and/or modification for 22 various analog/RF components used to support the Second Generation Vortac (2GVORTAC) System. These components were manufactured by International Telephone and Telegraph (ITT) of Clifton, New Jersey. These components are an integral part of the Air Traffic Control System or Air Navigation Systems and are critical to the operation of the 2GVORTAC Distance Measuring Equipment/Tactical Air Navigation (DME/TACAN). These systems are utilized to maintain operational capability of the national Air Space System, and are crucial to ensure a high level of safety for the flying public. NSN, part numbers, and estimated annual quantities are as follows: Estimated Annual Item NSN Part Number Quantity Estimated Annual Item NSN Part Number Quantity/Each 50 Volt Regulator DME, CCA 5998-01-211-2858 2800008G004 25 50 Volt Regulator TACAN, CCA 5998-01-234-4969 2800008G003 190 Amplifier 5825-01-259-0230 2800027G001 18 Amplifier 5895-01-306-4430 2800112G001 95 Analog CCA 5998-01-217-7149 2800081G001 250 Backplane, Monitor 5999-01-181-2106 2800031G001 4 Backplane, Transponder 5999-01-181-2105 2800029G001 4 Controller Module CCA 5825-01-234-8564 2800110G002 150 CPU CCA 5998-01-213-3932 2800080G001 250 Detector 5895-01-229-1887 2800066G001 70 Detector 5895-01-229-1888 2800064G001 60 Divider-Combiner 5825-01-255-3644 2800022G001 25 Exciter 5825-01-219-5492 2800051G001 70 Extender Board 5998-01-219-5491 2800068G001 4 Generator 5998-01-306-4446 2800061G001 150 Inverter-Rectifier, CCA, DME 5998-01-226-2301 2800214G001 25 Inverter-Rectifier, CCA, TACAN 5998-01-219-7872 2800213G001 150 Power Amplifier 5825-01-235-2906 2800023G001 25 Power Amplifier 5998-! 01-254-9601 2800015G001 412 Receiver 5825-01-306-4429 2800055G001 50 Regulator 6110-01-199-6055 2800060G001 4 Synthesizer 5841-01-302-3200 2800049G001 325 Repairs and/or modifications will be made in accordance with original manufacturer's specifications, FAA Logistics Center Standard, FAAD-STD-1293c, Servicing Standards and Test Requirements for Ground Electronic Equipment, dated February 10, 1998, AFP 6820.6, Navigational Aids Facilities and Equipment, and TI 6820.2, "VORTAC, VOR/DME, VOR Equipment, Type FA-9996", portions of which apply. The referenced documents and the technical data packages for each line replacement units (LRU) are available on CD ROM by requesting a copy from the Contracting Officer. The contractor will be required to complete a card (affixed to each repaired unit) showing NSN, Noun, Part Number, Date Repaired, Serial Number, Contractor's Name, Contract Number, and Delivery Order Number. International Repair Services, Inc. (IRS), Palmdale, CA, current repair source, and Data Processing Equipment Reconditioning Corp. have been previously qualified to repair these analog/RF components; therefore, they are not required to submit documentation evidencing their capabilities. The intent of this announcement is to permit companies that may possess the technical capabilities to repair and/or modify these analog/RF components an opportunity to provide specific information as to their unique capabilities. Interested offerors are invited to submit documentation evidencing the possession of the following capabilities: 1. Experience involving the manufacture, repair, modification and testing of similar analog/RF components, i.e., similar in size, complexity, application, etc.; 2. Possession of or ability to acquire manufacturing, repair and special test equipment and documentation required to accommodate repair and/or modification and testing to verify performance of these analog/RF components; 3. Ability to manufacture or locate and acquire associated parts including out of production components for repair and/or modification, components and assemblies unique or critical to analog/RF components; 4. Ability to repair and/or modify analog/RF components and test to verify performance of this configuration within fifteen (15) workdays after receipt of the unit for priorities, if applicable and thirty (30) workdays after receipt of the unit(s) for routine requirements; 5. Ability to repair and/or modify analog/RF components of this configuration and test to verify performance at the estimated rate adequate to satisfy estimated annual quantity requirements. 6. Ability to provide a warranty for the repair and/or modification of analog/RF components; and 7. ISO 9001 Registered or, as a minimum, have a Quality Control Program in compliance with ANSI/ASQC Q9002-1994. * Capabilities/qualifications may be demonstrated/documented as follows: Ref. No. 1: Provide specific references (e.g., company, points of contact, telephone numbers, contract/order numbers, etc.) of customers for which similar analog/RF components were repaired and/or modified. The submission must specifically identify the similarities of the analog/RF components. Ref. No. 2: Provide a list of unique or peculiar equipment (e.g., manufacturing, repair and special test equipment) and special tooling available required to accommodate the repair and/or modification of subject analog/RF components. Ref. No. 3: List the major parts, components and assemblies required to effect the repair and/or modification of subject analog/RF components. For each major part, component and assembly listed, identify whether it is a "make" or "buy" item. Identify the manufacturer of any non-commercial "buy" item. Special attention should be given as to how any proprietary part of another's manufacturer will be provided or addressed. Ref. No. 4: Explain how the repair and/or modification of analog/RF components of this configuration can be accommodated within fifteen/thirty (15/30) workdays after receipt of the unit. List long lead-time items (make or buy) that are not readily available (i.e., within 5 calendar days) either within the vendor's capacity to produce or through open market. Provide an explanation as to how these long lead items will be made available in order to meet the required 30-day turnaround time for the repair and/or modification of subject analog/RF components. Ref. No. 5: Provide documentation involving current or previous contracts where capability to repair and/or modify of up to the estimated amount show above for analog/RF components per year was demonstrated. Documentation must include references to company/business, points of contact, telephone numbers, contract/order numbers, etc., for which similar repair and/or modification of analog/RF components were accomplished. Ref. No. 6: Provide documentation in the form of existing or proposed warranty or representation as to willingness to negotiate a warranty based on FAA needs. Ref. No. 7: Certification will be demonstrated by providing a copy of an ANSI/ASQC/ISO-1994 Quality System Registrar's authentic certification of verification that the contractor is listed in the ANSI/ASQC/ISO 9000-1994 Registered Company Directory. Certificate of compliance shall be supplied or vendors shall submit with their documentation a "Quality Management System" which contains all elements of the ANSI/ASQC/ISO 9000 Standard as described in the Numerically Integrated Supplier Operations Classification (NISOC) program and the Quality/Reliability Officer Guidebook. As part of the Quality Management System, vendors shall complete the 3 page "Supplier Self-Audit Qualification Form" found in the NISOC document. NISOC is available at the following Internet address: HTTP://logistics.faa.gov/nisoc.pdf The Quality/Reliability Officer Guidebook is available at the following Internet address: HTTP://fast.faa.gov (Select Quality Assurance, Quality System Document, QRO Guidebook) This acquisition contemplates a phased approach. This, the initial phase involves the qualifications of vendors. Only those firms responding to this announcement that are determined qualified by the FAA will be allowed to participate in the next phase. The remaining phases of the downselect process will be identified in future communications with those firms that successfully respond to this public announcement. Vendors must respond directly to the contracting officer identified in this announcement. Provide two copies of documentation. Mark responses to this announcement with Announcement File #0220059, to arrive by February 4, 2003. Facsimile responses are not permitted. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. Any proprietary information should be so marked. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Responders to this announcement 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
SN00236184-W 20030111/030109213321 (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.