Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
DOCUMENT

J -- KLYSTRON TUBE EVALUATION AND REPAIR SERVICES, ASR-8 KLYSTRON (ELECTRON TUBE) IFS PN 015508038, NSN 5960-01-550-8038 INTENT TO SINGLE SOURCE TO L-3 COMMUNICATIONS CORPORATION - Attachment

Notice Date
5/24/2017
 
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
27379
 
Response Due
6/8/2017
 
Archive Date
6/8/2017
 
Point of Contact
Diana Pickel, diana.pickel@faa.gov, Phone: 405-954-8381
 
E-Mail Address
Click here to email Diana Pickel
(diana.pickel@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey for the Klystron Tube Evaluation and Repair Services, ASR-8 Klystron (Electron Tube) IFS PN 015508038, NSN 5960-01-550-8038. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. The FAA will not pay for any information received or costs incurred in preparing the response to the request for quote. Therefore, any cost associated with the request for quote submission is solely at the interested vendor ™s expense. At this time the nature of this procurement is to Single Source this procurement to L-3 Communications Corporation, Conic Division. The purpose of this market survey is to solicit statements of interest and capabilities from qualified firms, capable of providing the evaluation and repair services as described in the attached DRAFT statement of work. Interested firms are required to submit the attached Business Declaration form. In order to make this determination, the FAA requires the following from interested vendors: The electronic response submitted by interested offerors should be in a Portable Document Format (PDF) or Microsoft Word format. Submission should not exceed fifteen (15) pages in length excluding illustrations. The Business Declaration Form is NOT included as part of the 15 double-spaced, single-sided pages. Please note that the FAA email server restricts file sizes to 10 MB per email. Larger files must be submitted in more than one email. Further, offerors are instructed to follow the guidelines below in the preparation of their responses: a.The Government reserves the right to use the responses received to this MS to down-select responsive offerors and limit competition to only those respondents that have fully addressed Government requirements. b.Responses submitted must strictly conform to ALL parameters defined by the specification package furnished herein. Any deviation may be considered by the Government as non-responsive and may disqualify the offeror from further consideration. c.Offerors are prohibited from using salvaged components in the production of this service. ONLY new, like new, or remanufactured items fully conforming to Original Equipment Manufacturer (OEM) specifications will be accepted by the Government. In addition to the aforementioned guidelines, interested offerors are required to respond in writing to the following questions: 1.Provide a description of technical expertise and/or experience with the repair/rebuild services of klystrons. 2.Does the offeror have experience with FAA surveillance and automation programs? If so, describe the nature of such experience and identify the FAA program name, contract number, and period of performance. 3.Does the offeror have experience with the identification and sourcing of parts that are considered obsolete and no longer available via conventional sources of supply? Describe specific examples where this experience has been gained. 4.Provide a description of the resources available to support the repair/rebuild service of klystrons as part of the offeror ™s production capability. 5.Describe your past performance history with the repair/rebuild service of klystrons. Provide: customer name, type of klystron, quantities repaired/rebuilt, and period of performance. 6.Does the offeror have a fully implemented Quality Assurance Plan? What is the Quality Assurance Plan in use by the offeror? 7.Does the offeror have the capability to test the repair/rebuild klystrons in-house? 8.Provide a Rough Order of Magnitude (ROM) to include a unit price estimate for First Article, and Production deliverables for Government planning purposes only. 9. Identify any warranty policies and quantity discounts offered. Interested offerors are requested to provide the following information by no later than 12:00 PM Eastern Daylight Time (EST) on June 8, 2017. A completed Business Declaration Form (see Attachment 1), and Company Point(s) of Contact (POC), telephone number(s), email and mailing addresses. Submittals, questions, and requests for additional information regarding this MS should contact Diana Pickel via email ONLY: diana.pickel@faa.gov. Attached are the DRAFT Specifications and Drawings, and the FAA Business Declaration Form. Please respond by reviewing these items, submitting a completed, signed capability statement, and a filled-out and signed copy of the Declaration form (please submit electronically, email to address below). Only vendors who respond to this market survey and provide an acceptable Capabilities Statement will receive a Screening Information Request or a Request for Proposal that may be generated as a result of this survey. All submittals should be submitted by email to: Federal Aviation Administration ATTN: Diana Pickel Email: diana.pickel@faa.gov 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 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/27379 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/27379/listing.html)
 
Document(s)
Attachment
 
File Name: BusinessDeclaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78632)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78632

 
File Name: FAAD-STD-1362 REV F_ (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78631)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78631

 
File Name: Revised_ASR-8_KlystronRepair_FINAL_SOW (24 May 17) (docx) (https://faaco.faa.gov/index.cfm/attachment/download/78630)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78630

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04520057-W 20170526/170524234626-1ff4b8079249909c05793975b87a78bb (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.