Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2015 FBO #4843
SOLICITATION NOTICE

35 -- COBHAM AVIATOR 350 HIGH SPPED SATELLITE DATA COMMUNICATIONS SYSTEMS - SOLICITATION

Notice Date
2/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC-133M-15-RQ-0220SLW
 
Point of Contact
Sharon L. Walker, Phone: (816)426-7470
 
E-Mail Address
sharon.walker@noaa.gov
(sharon.walker@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CLOSING DATE IS 3/16, BY 5:00 PM, CST FOR THE RECEIPT OF OFFERS. The U.S. Department of Commerce (USDOC), National Oceanic and Atmospheric and Administration (NOAA's) and the Aircraft Operation Center at MacDill AFB, FL intend to award a purchase order for two (2) Cobham Aviator 350 high speed satellite data communications systems for NOAA‘s research aircraft N42RF and N43RF. This required equipment supplements the existing satellite communications systems with multiple components between the new and the existing systems. This equipment will supplement the existing Cobham Aviator 700 model satellite communications equipment already installed on the N42RF and N43RF aircrafts. This acquisition is for purchase of Cobham brand AVIATOR 350 model aircraft satellite communications equipment. Key components of the AVIATOR 700 and AVIATOR 350 systems are identical and interchangeable, thus reducing the requirement for spare parts. Additionally, the maintenance procedures and system operation between the AVIATOR 350 and the AVIATOR 700 system are very equivalent, nearly eliminating the additional training required to maintain and operate the system. Alternate products are available which offer similar aircraft satellite communications capabilities. However, because they are not interchangeable with the existing aircraft systems, additional spare components would be required. Additionally, any alternate system would incur training of new maintenance and operations procedures, and the resulting additional operational risk of operator or maintainer errors. Any satellite system other than the Aviator 350 series system would require the NOAA aircraft scientific and maintenance staff to train and become proficient on the new system, as well as maintain proficiency on the existing Aviator 350 system. The lost man-power cost to train the NOAA staff and install a new, unique system rather than repeating an installation processes previously performed cannot readily be quantified. The cost of cancelling a severe storms mission because the crew was not familiar enough with a new, different, satellite communications system absolutely cannot be quantified. NOAA / AOC currently have three Aviator 350 systems installed on aircrafts, and one set of spare components shared between them. Approximate cost of the spare components is nearly the cost of an entire Aviator 350 system, roughly $175,000. With the addition of the requested additional Aviator system, NOAA/AOC will be able to borrow components from non-tasked aircraft as needed if there is a system failure. However, if a system other than the Aviator 300 system is acquired and installed as a secondary satellite communication system on the NOAA research aircraft, a complete, duplicate system will need to be acquired as shelf spares. The additional cost for these spares to sit on a shelf could be close to the $125000, roughly the cost of the Aviator 300 system. For these reasons, alternate items are not acceptable and not in the best interest of the government. This is a 100 small business set-aside. The NAICS code for this action is 336413. Size standard not to exceed 1000 employees. This support service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures and Part 12 Commercial Items. The Eastern Region Acquisition Division (ERAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in please access the following website: http://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The Government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Interested parties shall provide a quote using the attached solicitation by the closing date, submit to Attn: Sharon Walker by fax (757-664-3845) or via email at Sharon.walker@noaa.gov, referencing the announcement number on the solicitation. THE ACTUAL CLOSING DATE IS MARCH 16TH, BY 5:00 PM CST. MARCH 15TH WAS INADVERTENTLY SELECTED ON THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC-133M-15-RQ-0220SLW/listing.html)
 
Place of Performance
Address: DELIVER TO:, AIRCRAFT OPERATIONS CENTER, 7917 HANGER LOOP DRIVE, HANGER #5, MACDILL AFB, FL 33621-5401, United States
Zip Code: 33621-5401
 
Record
SN03651606-W 20150227/150225234715-f5dcbae4fcaf51e8aaa0e8e3771545c5 (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.