Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2018 FBO #6067
DOCUMENT

59 -- Acquisition of UHF and VHF antennas used for air to ground communications at Enroute and Airport facilities supported by the Federal Aviation Administration - Attachment

Notice Date
7/2/2018
 
Notice Type
Attachment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
6973GH-18-R-00150
 
Response Due
7/31/2018
 
Archive Date
7/31/2018
 
Point of Contact
Kevin Gramling, kevin.gramling@faa.gov, Phone: 405-954-3123
 
E-Mail Address
Click here to email Kevin Gramling
(kevin.gramling@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Aviation Administration (FAA) is announcing its plans for the acquisition of UHF and VHF antennas used for air to ground communications at Enroute and Airport facilities supported by the Federal Aviation Administration in accordance with attached Salient Characteristics for NSNs 5985-01-050-7521, 5985-01-050-7522, 5985-01-050-7523, 5985-01-050-7524, 5985-01-050-7525, 5985-01-053-5108, 5985-01-296-1904 and 5985-01-668-0620. The following specifications are applicable to this acquisition: (a) Manufacturer ™s specifications for each stock number and part number. (b) ANSI-ASQC Q9001 Quality Assurance in Design, Development, Production, Installation and Servicing (c) ANSI/ASQC Q9002 Quality Assurance in Production, Installation and Servicing (d) ANSI/ASQZ1.4-1993 Sampling Procedures and Tables for Inspection by Attributes (e) The calibration of measuring and testing equipment shall adhere to the requirements of one of the following: ANSI/NCSL Z540-1-1994; ISO/IEC 17025:2005; or other calibration standards or systems that are equivalent to, or better than, the ANSI/NCSL/ISO standards. This acquisition will use streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the Federal Aviation Administration Acquisition Management System (AMS) of 1997. The contract has a potential duration of ten (10) years including a base period (2 years) with four (4) 2-year options. It is anticipated that a time and material/labor hour type indefinite delivery/indefinite quantity contract will be awarded as a result of this solicitation. Your attention is directed to Sections L and M of SIR/RFO 6973GH-18-R-00150 for instructions for preparation and submission of proposals. The procurement action resulting from this Announcement/Screening Information Request (SIR) is contemplated as a set-aside for competitive award among Socially and Economically Disadvantaged Businesses (SEDBs) that are expressly certified by the SBA for participation in the SBA ™s 8(a) program. To be considered, a vendor must be classified as a small business under the North American Industry Classification System (NAICS) code 334290 “ Other Communications Equipment Manufacturing, with a size standard of 750 employees. Each firm claiming 8(a) status is required to provide a copy of its SBA 8(a) certification letter to the Contracting Officer with its response to this Announcement/SIR. Offerors must complete Section K. The FAA reserves the right to review and verify each vendor's program eligibility. In conjunction with the set-aside nature of the requirement, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. This requirement is found in AMS Clause 3.6.1-7, Limitation on Subcontracting. The procurement Contract Officer (PCO), Kevin Gramling, is the sole point of contact for this acquisition. Do not contact the program office or program office personnel at any time regarding this acquisition. All written requests, correspondence, and submittals must be sent to the contract specialist via email at kevin.gramling@faa.gov or to the address specified on Page 1, Item 8, of the Cover Page (Solicitation, Offer, and Award). The date and time for receipt of responses is 3:00 p.m. local time, July 31, 2018. Any responses received after 3:00 p.m., July 31, 2018, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor ™s response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. This SIR/RFP 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. 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/30659 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/6973GH-18-R-00150/listing.html)
 
Document(s)
Attachment
 
File Name: RCAG_First Article Testing Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/90723)
Link: https://faaco.faa.gov/index.cfm/attachment/download/90723

 
File Name: SIR_6973GH-18-R-00150 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/90725)
Link: https://faaco.faa.gov/index.cfm/attachment/download/90725

 
File Name: RCAG_Salient Characteristics (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/90724)
Link: https://faaco.faa.gov/index.cfm/attachment/download/90724

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04976294-W 20180704/180702230724-531b297dd222aa556119db7b011b0a54 (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.