DOCUMENT
58 -- MARKET SURVEY: Refurbishment of Reflective TRL/STC Limiters for TDWR - Attachment
- Notice Date
- 10/21/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 18339
- Response Due
- 10/31/2014
- Archive Date
- 10/31/2014
- Point of Contact
- Connie Houpt, connie.m.houpt@faa.gov, Phone: 405-954-7820
- E-Mail Address
-
Click here to email Connie Houpt
(connie.m.houpt@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- **All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities web site found at http://faaco.faa.gov (or by access through http://fast.faa.gov). Please note that documents downloaded from sites other than the FAA ™s Contracting Opportunities web site may not be the latest documents.** GENERAL INFORMATION: The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a Market Survey to improve the Government ™s understanding of the current marketplace and to identify qualified and capable sources. This announcement is not a Screening Information Request (SIR) or a Request for Offer (RFO) of any kind. At this time, Communications & Power Industries (CPI), is the only known responsible source that can refurbish Reflective Transmit/Receive Limiters (TRL), which incorporate Sensitivity Time Control (STC), NSN 5840-01-363-6420, CPI part number VDC1120. Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements to refurbish Reflective Transmit/Receive Limiters (TRL), which incorporate Sensitivity Time Control (STC). The acquisition strategy for this procurement has not been determined. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to develop the Source List to be used when the solicitation for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for Small Business; or open it up for full and open competition; or justification of single source. Any interested sources need to respond to this market survey. The information identified from this market survey may result in a restricted screening process when the RFO is issued. Decisions will be made based on the information provided by vendors responding to this market survey. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. BACKGROUND The Transmit/Receive Limiter, with Sensitivity Time Control (TRL/STC) is used in the Terminal Doppler Weather Radar (TDWR) system. The TDWR is a wind-shear detection system used to increase the safety of the National Airspace System (NAS). Currently, 45 TDWRs are commissioned at the largest airports vulnerable to wind shear. The TDWR also detects gust fronts, precipitation, and micro-bursts in the terminal aircraft approach. This contract action will provide refurbishment of existing TRL/STC units. The TR limiters must adhere to the configuration baselines as defined in the FAA National Airspace System and Department of Defense documentation. This contract is needed as a follow on to an existing contract with CPI for TR limiter refurbishment to ensure continued supply support to the field. Varian Associates Inc.; now Communications & Power Industries (CPI) originally designed, developed, and manufactured the TRL/STC units, which were procured by the FAA when the TDWR systems were initially fielded. Raytheon developed the TDWR system and sub-contracted with Varian Associates Inc. to provide the TRL/STC units to be used with the TDWR system. Varian (CPI) was the original TR limiter equipment manufacturer, and continues to retain all documentation, processes, and procedures necessary to safely accomplish refurbishment of the TRL/STC. The FAA does not have any specifications or drawings available for release. CPI has unlimited access to the proprietary data necessary to accomplish refurbishment and operational testing of the TRL/STC units. The proprietary data rights exclusively available to CPI include all manufacturing specification data. The intent of this market survey is to permit companies that may possess the technical capabilities to provide refurbishment of the Reflective Transmit/Receive Limiters (TRL), which incorporate Sensitivity Time Control (STC) an opportunity to provide specific information as to their unique capabilities as specified in this announcement. Qualified vendors will need to show capability to furnish all required labor, plant, materials, fixtures, equipment, tools, test equipment, technical data/expertise and all other facilities necessary to provide refurbishment of the Government-owned items. NOTE: THE FAA DOES NOT HAVE ANY SUPPORTING DOCUMENTATION TO PROVIDE SOURCES THAT MIGHT BE INTERESTED IN BECOMING A SOURCE OF REFURBISHMENT FOR THE TRANMSIT/RECEIVE LIMITER/STC. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. Interested sources should provide evidence of qualifications/capabilities available to provide experienced qualified management and technical personnel to conduct the required services. A draft Statement of Work is attached to this market survey. Response submittals must include information for the following two (2) requests: 1. Vendor responses will describe the resources available to meet the description set forth in this market survey and provide documentation that clearly demonstrates that the interested vendor is qualified and capable of providing the required services. The format of the documentation is at the discretion of the vendor. 2. Completed and signed Business Declaration Form (attached) for descriptive information regarding the business status of the vendor. All response submittals (one response per company) are to be provided with a cover letter on company letterhead. Responses must be received no later than 3:00 P.M, local time October 31, 2014. Market survey responses received after the time and date specified may be determined to be late and may not be considered. All response submittals, including attachments, shall be submitted electronically to the following email address: connie.m.houpt@faa.gov, Reference: TRL/STC Market Survey. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this market survey. Therefore, any costs associated with vendor ™s market survey submissions will be solely at the interested vendor ™s expense. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities web site found at http://faaco.faa.gov (or by access through http://fast.faa.gov). Please note that documents downloaded from sites other than the FAA ™s Contracting Opportunities web site may not be the latest documents. Only vendors that respond with information packages providing the required information demonstrating that their firm meets the minimum requirements will be added to the Source List for this requirement. NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 System for Award Management (August 2012). Award cannot be made to a vendor that has not accomplished this registration. See paragraph (d) of the clause below: ***(d) If the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. ATTACHMENTS: Business Declaration (to be completed by vendor and returned) (DRAFT) Statement of Work NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. 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/18339 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/18339/listing.html)
- Document(s)
- Attachment
- File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/45985)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/45985
- File Name: (DRAFT) Statement of Work (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/45984)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/45984
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/45985)
- Record
- SN03555036-W 20141023/141021234436-f6631551be1072590a9304ebb0f2fe68 (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 |