SOLICITATION NOTICE
99 -- Contractor Depot Logistics Support (CDLS), Exchange and Repair= (E&R) Services for Line Replaceable Units (LRUs)
- Notice Date
- 5/1/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, FAA Aeronautical Center (AMQ)
- ZIP Code
- 00000
- Solicitation Number
- 3073
- Archive Date
- 6/7/2003
- Point of Contact
- Mark Melendez, 405-954-8071
- E-Mail Address
-
Email your questions to mark.melendez@faa.gov
(mark.melendez@faa.gov)
- Description
- MARKET SURVEY Contractor Depot Logistics Support, Exchange and Repair Services for Line R= eplaceable Units The Federal Aviation Administration (FAA) has a requirement for the Contrac= tor Depot Logistics Support (CDLS) Exchange and Repair services for 18 Line= Replaceable Units (LRUs) with various estimated annual quantities to suppo= rt the FAA Automated Weather Sensors System (AWSS). The LRUs are identified= as FDCU AWSS Assy, NSN 7021-01-501-0260, P/N M403388; Barometric Pressure = Sensor, NSN 6660-01-501-0284,P/N 7190-A; UHF Radio Modem, NSN 5895-01-501-0= 295, P/N 20980-B; CDP Assy AWSS, NSN 6660-01-501-0912, P/N 2090-D; Flat Pan= el Display RGB, NSN 5980-01-483-1543, P/N M406080; UPS 1400VA 110VAC Rack M= ount, NSN 6130-01-501-0594, P/N M438168; AWSS Rain/Snow Gage, NSN 6660-01-5= 01-0377, P/N 6021-E; Present Weather Sensor, NSN 6660-01-501-0565, P/N M403= 319; Freezing Rain Sensor Assy, NSN 6660-01-501-0588, P/N 6491; Ceilometer = Electro-Optics Assy, NSN 6660-01-479-1879, P/N M403200; Ceilometer Base Ass= y, NSN 6660-01-501-0670, P/N M403381; Power Supply Assy, NSN 6130-01-501-05= 57, P/N M438105; Vis Sensor Detector Head Assy, NSN 5860-01-501-0682, P/N M= 105060, Vis Sensor Emitter Head Assy, NSN 5998-01-501-0683, P/N M105061; Vi= s Sensor Control Box Assy, NSN 6130-01-501-0861, P/N M403322; Day/Night Sen= sor Assy, NSN 5895-01-501-0891, P/N M403326; UPS 1400VA 120VAC, NSN 6130-01= -501-0614, P/N M438171; Radio Xmtr VHF, NSN 5820-01-501-0883, P/N M482127. = These services are only known to be available from All Weather Inc. (AWI),= Sacramento, California formerly Qualimetrics Inc. The requirement include= s a base contract year with provisions for four 1-year options. AWSS provides pilots and other users with weather information provided by t= he Automated Surface Observing System (ASOS) using the latest commercial-of= f-the-shelf equipment. The AWSS automatically collects, measures, processe= s and broadcasts surface weather data. Support is required for 14 sites an= d 2 support systems. The AWSS is characterized by having high reliability = and availability, expansion capability for both sensors and outputs, immuni= ty to induced or applied transients on signal and power lines, and by havin= g all software required for data processing, display, and storage. =20 AWI, formerly Qualimetrics, is the original equipment manufacturer (OEM) an= d the only known source of development, design, system engineering expertis= e and test data. AWI holds proprietary rights to the data and specificatio= ns; the FAA does have limited specifications and drawings, however, the dra= wings do not consist of schematic diagrams, test procedures, test data form= s and other details required to perform the repair and servicing. The FAA = does not have a test bed or the trained resources available to accomplish t= he repair in-house. Interested vendors that have repair capabilities, 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 Mark M= elendez, the Contracting Officer, FAA, Mike Monroney Aeronautical Center, N= AS Acquisition Contracting Team, AMQ-210, P.O. Box 25082, 6500 S. MacArthur= Blvd., Oklahoma City, OK 73125-4929. Responses are required to be receive= d no later than May 08, 2003. Facsimile responses are not permitted. The = documentation must clearly demonstrate that the concern has ownership or le= gal access to required OEM documentation, test bed facility, and copies of = the test procedures, specifications and equipment listings applicable to th= e LRUs as well as access to replacement parts necessary to effect the repai= rs. The FAA will not pay for any information received or costs incurred in= preparing responses to this announcement. Any information received as a r= esult of this market survey will not be for use outside the Government but = solely for the purpose of determining whether an additional source may be a= pproved for the repair of the LRUs. Statements that data will be obtained = or that specifications or drawings will be developed are not acceptable. T= his market survey shall not be construed as a request for proposal or an ob= ligation on the part of the FAA to acquire these services. The FAA will no= t pay for any information received or costs incurred in preparing responses= to this market survey. Responders to this market survey may be asked to p= rovide additional details/information based on their initial submittal.
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00315978-W 20030503/030502073648 (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 |