Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
DOCUMENT

59 -- MARKET SURVEY:TDWR Elevation and Azimuth Servo Interface CCAs - Attachment

Notice Date
2/16/2016
 
Notice Type
Attachment
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
23637
 
Response Due
3/2/2016
 
Archive Date
3/2/2016
 
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
THIS ORIGINAL MARKET SURVEY WAS POSTED ON THE FAA'S CONTRACTING OPPORTUNITIES WEBSITE (FAACO.FAA.GOV). IF YOU ARE VIEWING THIS FROM ANOTHER SOURCE, THE INFORMATION MAY NOT CONTAIN ALL PERTINENT INFORMATION. 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. The Federal Aviation Administration (FAA) has a requirement for the acquisition of one hundred (100) TDWR Antenna Servo Interface Circuit Card Assemblies (CCAs) which consists of fifty (50) Azimuth Servo Interface CCAs and fifty (50) Elevation Servo Interface CCAs [including two (2) each first article units] to provide continuing support of the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The attached (DRAFT) Statement of Work (SOW) describes the following circuit card assemblies of the TDWR Antenna Drive System: *Elevation Servo Interface CCA (P/Ns 42088-1, 42088-3, 22954-101, NSN 5998-01-363-3829) *Azimuth Servo Interface CCA (P/Ns 42088-2, 42088-4, 22954-102, NSN 5998-01-363-6115) BACKGROUND Due to a recent increase in failures of the Terminal Doppler Weather Radar (TDWR) Antenna Servo Interface CCAs, the Elevation CCA and the Azimuth CCA, and to meet the need in supporting the Antenna Drive System, immediate acquisition of these units is necessary. The existing Servo Interface CCAs are at least 20 years old and are approaching the end of their economical usefulness with obsolescence factors inflating the repair costs Beyond Economical Repair (BER). All of these Servo Interface CCAs have been identified as having obsolete components that are no longer available for purchase from the Original Equipment Manufacturer (OEM). The Servo Interface CCAs must be immediately upgraded and replaced with units that are form, fit and functionally equivalent to the current units, providing updated components that are neither obsolete nor near End of Life (EOL) and are supportable over the next 20 years in the case of a failure. Datron Systems Inc. (now L3 Communications) originally designed, developed, and manufactured the Elevation and Azimuth CCAs, which were procured by the FAA when the TDWR systems were initially fielded in the mid-1990s. Raytheon is the Original Equipment Manufacturer (OEM) that built the TDWR system. Source control drawings are owned by Datron Systems Inc., which reserve all patent, proprietary, design use, sale, manufacturing, and reproduction rights. The FAA does not have the technical knowledge and facilities required to manufacture form-fit-function legacy units. The FAA does not have access or rights to L3 Communications design data to provide to other vendors to establish competition for acquisition activities. The FAA currently intends to solicit and negotiate only with L-3 Communications, 200 W. Los Angeles Avenue, Simi Valley, CA, on a single source basis. It is anticipated that a one-time fixed-price contract, with a first article delivery of two (2) units of each CCA and forty-eight (48) production units of each CCA, will be awarded to meet this requirement. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses that are interested in and capable of manufacturing the Azimuth and Elevation Servo Interface CCAs for use in the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICSSize Standard 334418500 employees The intent of this market survey is to permit companies that may possess the technical capabilities to meet requirements to manufacture Form-Fit-Function replacements for the elevation and azimuth servo interface CCAs 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 Form-Fit-Function replacements for the elevation and azimuth servo interface CCAs. 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 manufacture Form-Fit-Function replacements for the elevation and azimuth servo interface CCAs. The accompanying documents are intended to provide enough information for prospective companies/vendors to decide whether or not they are capable of providing elevation and azimuth CCAs that meet the Terminal Doppler Weather Radar (TDWR) system ™s requirements. Interested vendors that have the capabilities to manufacture elevation and azimuth servo interface CCAs that meet the TDWR system ™s requirements should provide sufficient information to describe those items and capabilities in a compelling manner. Submitted documentation must clearly demonstrate that the vendor can produce elevation and azimuth CCAs meeting the size, electrical (Multilayer PCB construction, VMEbus Addressing and Bus Interface, TTL Level Signaling, Synchro/Resolver A/D, Tachometer Feedback and Control, Dynamic D/A Rate Commands, etc. under specified test conditions), and military standards specified in the accompanying documents. Response submittals must include information for the following three (3) 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 manufacturing Form-Fit-Function replacements for the elevation and azimuth servo interface CCAs. Documentation shall include ability to meet delivery requirements. The format of the documentation is at the discretion of the vendor. *Vendor must describe capability to build the elevation and azimuth servo interface CCAs without provision of source control documents by the FAA. *Vendor ™s ability to provide two (2) each elevation and azimuth servo interface CCAs within 240 days after receipt of order for First Article testing. *Vendor ™s ability to commence delivery of production elevation and azimuth servo interface CCAs within 60 days of the FAA ™s notice to proceed. 2. Vendor shall provide a short list of Antenna/Servo Interface Projects that the vendor has successfully designed and manufactured (emphasis on Heavy Duty, High Speed, Dual Opposed Drives, Closed Loop Positioning) to demonstrate the capabilities that the vendor possesses in this area. 3. 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 March 2, 2016. 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: TDWR Elevation and Azimuth Servo Interface CCAs 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 Pedestal Requirement Document (G406938) 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/23637 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/23637/listing.html)
 
Document(s)
Attachment
 
File Name: Draft Statement of Work (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62162)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62162

 
File Name: G406938 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62164)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62164

 
File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62163)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62163

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04021076-W 20160218/160216234706-685ecb3042d745467a2a63e47cf80ddc (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.