Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
DOCUMENT

70 -- SIR/RFO: MAU Single Board Computer - Attachment

Notice Date
7/20/2017
 
Notice Type
Attachment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-812 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
DTFAAC-17-R-00171
 
Response Due
7/27/2017
 
Archive Date
7/27/2017
 
Point of Contact
Kathleen Islas, kathleen.d.islas@faa.gov, Phone: 405-954-8534
 
E-Mail Address
Click here to email Kathleen Islas
(kathleen.d.islas@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment A00003 is attached to correct/revise and clarify various areas of the SIR/RFO. Amendment A00002 is attached to include Q&A. Amendment A00001 is attached to addresses Section I clauses. Prospective offerors should open and read attachment for details. THIS POSTING IS BEST VIEWED AT, HTTPS://FAACO.FAA.GOV, KEYWORD: MAU Single Board Computer The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Surface Surveillance Systems Team (AJW-148), Oklahoma City, OK has a requirement for ASDE-X Technical Refresh Megabucket Assembly Unit (MAU) Single Board Computer (SBC). This requirement is the production procurement for ASDE-X Technical Refresh of the Megabucket Assembly Unit (MAU). The MAU is a Single Board Computer (SBC) replacing the existing obsolete hardware and related one-time board support package (BSP) to allow for software configuration. The specification(s) for the requirement is provided in the AJW-148 Requirements Document (attached). Delivery of the first article until is schedule for no later than 120 days from date of award. The contractor s proposed unit must fully comply with all specifications in the attached requirements document. The contractor will be responsible for all Labor, parts, kits, and major components required to meet the FAA s requirement. This acquisition is set-aside exclusively for competitive award among small businesses that are expressly certified by the Small Business Administration (SBA). The North American Industry Classification System (NAICS) code and size effort applicable to this requirement: NAICS: 423430, Computer and Computer Peripheral Equipment, Software Merchandise Size Standard: 250 Employees. The Government seeks to award a single Indefinite Delivery/Indefinite Quantity, Firm Fixed Priced contract based on the offeror proposal determined to meet all requirements of the SIR/RFO and deemed Acceptable on all evaluation criteria at the lowest overall offered price in accordance with the attached SIR/RFO. Vendors are encouraged to pay particular attention to Sections L of the attached SIR for specific instructions on how to prepare and submit proposals. Section M of the attached SIR provides criteria on how proposals will be evaluated. ALL QUESTIONS REGARDING THIS PROJECT MUST BE RECEIVED IN WRITING BY THE CONTRACTING OFFICER, KATHLEEN D. ISLAS, kathleen.d.islas@faa.gov, NO LATER THAN 4:00 P.M. CENTRAL (OKLAHOMA TIME), Monday, July 17, 2017. RESPONSES TO QUESTIONS WILL BE PROVIDED TO ALL OFFERORS AS AN AMENDMENT WITH AN UPDATED ATTACHMENT TO THIS ANNOUNCEMENT PRIOR TO THE DUE DATE FOR RECEIPT OF PROPOSALS. Contractors must be registered with the System for Award Management, www.sam.gov, on the date established for receipt of offers, Monday, July 24, 2017. Reference to Section I, AMS Clause 3.3.1-33, paragraph (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. Proposals in electronic format are required per Section L.9.(b)(5) of the attached SIR/RFO. Per Section L.11 of the attached SIR/RFO, offeror proposals should be submitted as follows: MARK PACKAGES: Solicitation No. DTFAAC-17-R-00171 Offer Closing Date: Monday, July 24, 2017 Offer Closing Time: 4:00 p.m. CENTRAL/OKLAHOMA TIME MAILING ADDRESS PROPOSALS: FAA, Customer Service Desk (AAQ-700) Attention: Kathleen D. Islas, Contracting Officer Room 313, Multi-Purpose Building 6500 South MacArthur Blvd P.O. Box 25082 Oklahoma City, OK 73125 Offerors should allow sufficient time for proposals to process through security procedures at the Aeronautical Center. Any responses received after 4:00 p.m. Central (Oklahoma) time, Monday, July 24, 2017 may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the offeror s response may be determined non-responsive and ineligible for evaluation. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process; or none at all. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Any and all inquiries regarding this SIR/RFO shall be directed to the Contracting Officer, Kathleen Islas, (405) 954-8534, kathleen.d.islas@faa.gov. The following notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individual, 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 $750,000. For further information and applicable forms concerning the 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/27809 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-17-R-00171/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment 2 - VME SBC Test Plan (2) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80336)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80336

 
File Name: Attachment 3 - Compliance Evaluation Matrix (doc) (https://faaco.faa.gov/index.cfm/attachment/download/80337)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80337

 
File Name: DTFAAC-17-R-00171 A000001 - July 14 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80335)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80335

 
File Name: Q&A (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80341)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80341

 
File Name: DTFAAC-17-R-00171 A000003 - July 20 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80342)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80342

 
File Name: DTFAAC-17-R-0017 A000002 July 18 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80340)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80340

 
File Name: Attachment 1 - SBC Requirements Document (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80339)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80339

 
File Name: SIR DTFAAC-17-R-00171 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80338)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80338

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04588520-W 20170722/170720235310-c83ed25bb58810304ec251930dbd172f (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  © 1994-2020, Loren Data Corp.