Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
DOCUMENT

J -- Market Survey/Request for Information on Enhanced Terminal Voice Switch (ETVS) and Small Tower Voice Switch (STVS) Logistics Support - Attachment

Notice Date
8/6/2018
 
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
31077
 
Response Due
8/17/2018
 
Archive Date
8/17/2018
 
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
N/A
 
Description
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a Market Survey/Request for Information 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 Proposal (RFP) of any kind. At this time, Northrup Grumman, Denro, Inc, is the only known responsible source that can provide overhaul repair or unit exchange services for the ETVS and STVS, and is the only known responsible source for the acquisition of ETVS and STVS Line Replaceable Units. Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements to repair and replenish the ETVS and STVS systems. The FAA intends to review all response submittals to establish the acquisition strategy. The acquisition strategy for this procurement has not been determined. Responses to this market survey will be used to develop the Source List to be used when the solicitation for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB), or Small Business; or open it up for full and open competition; or justification of single source. Any interested sources need to respond to this market survey. The information identified from this market survey may result in a restricted Screening Process when the RFP is issued. All decisions will be made based on the information provided by vendors responding to this market survey. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. BACKGROUND ETVS and STVS are critical subsystems for Air Traffic Control communications infrastructures. They provide US Government Air Traffic Control personnel with access to telephone lines, air-ground radios and intercommunications. The ETVS and STVS equipment was procured by the FAA NAS Voice Switching and Recording program office and delivered to US Government field facilities. The ETVS and STVS equipment must adhere to the configuration baselines as defined in the FAA National Airspace System and Department of Defense documentation. This contract is needed as a follow on to the existing AAQ-721 administered ETVS and STVS contractor repair service contract DTFAAC-14-D-00068 to ensure continued supply support to the field. Northrop Grumman was the original ETVS and STVS equipment manufacturer, and continues to retain all documentation, processes, and procedures necessary to safely accomplish the repair of the ETVS and STVS equipment. Therefore, the FAA does not have any specifications or drawings available for release. The intent of this announcement is to permit companies that may possess the technical capabilities to repair/overhaul the ETVS and STVS systems an opportunity to provide specific information as to their unique capabilities as specified in this announcement. The Contractor 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 services for spare part acquisition, repair/overhaul, restoration, modification, and/or unit exchange of the Government-owned items. NOTE: THE FAA DOES NOT HAVE ANY SUPPORTING DOCUMENTATION TO PROVIDE SOURCES THAT MIGHT BE INTERESTED IN BECOMING A SOURCE OF REPAIR FOR ETVS AND STVS. 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/Request for Information. Therefore, any costs associated with vendor s Market Survey/Request for Information submissions will be solely at the interested vendor s expense. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page 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 Homepage may not be the latest documents. All FAA SIR amendments will also be shown on this site as Amendment when required. Vendors must access this site daily to determine if additional SIR amendments have been issued. 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. The minimum requirements will remain the same for the issued SIR as contained in the requested information for this market survey. 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 conduct the required services in accordance with attached draft Statement of Work. 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 August 17, 2018. Market survey responses received after the time and date specified may be determined to be late and may not be considered. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email address: kevin.gramling@faa.gov. Responses should be submitted in a portable document format (i.e..pdf file); however, Microsoft Word is acceptable. Point of contact is Kevin Gramling, Contract Specialist, at e-mail kevin.gramling@faa.gov or telephone (405) 954-3123 or FAX (405) 954-9219. NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 System for Award Management (July 2018). 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. 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/31077 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/31077/listing.html)
 
Document(s)
Attachment
 
File Name: SOW ETVS STVS 24 July 2018 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/92115)
Link: https://faaco.faa.gov/index.cfm/attachment/download/92115

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05022927-W 20180808/180806231328-cfd89620af9cc7b5331df3890d2b529f (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.