Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2019 FBO #6319
SOLICITATION NOTICE

59 -- SOURCES SOUGHT NOTICE ONLY. MI-NET A210 and SCI #3 A217 – Circuit Card Assemblies (CCAs).

Notice Date
3/11/2019
 
Notice Type
Synopsis
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-610 CT - William J. Hughes Technical Center (Atlantic City, NJ)
 
ZIP Code
20591
 
Solicitation Number
32789
 
Response Due
3/25/2019
 
Archive Date
3/25/2019
 
Point of Contact
Rhoda Fajardo, rhoda.fajardo@faa.gov, Phone: 609-485-8171
 
Small Business Set-Aside
N/A
 
Description
Please make sure to go to http://faaco.faa.gov to view this announcement in its entirety. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT. NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COST ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS NOTICE OR ANY FOLLOW-UP REQUESTS. The FAA is not seeking, nor accepting unsolicited proposals. The Federal Aviation Administration (FAA), William J. Hughes Technical Center (WJHTC) is seeking interest and capability statements from vendors that can furnish labor, plant facilities, parts, supplies, materials, fixtures, equipment, tools, technical data/expertise, and other facilities necessary to produce MI-Net A210 and SCI #3 A217 CCAs in accordance with specifications, drawings, and other defining documentation provided by the FAA. The required CCAs will support the ASR-9 Sustainment 3 Program. The contractor will be responsible for all aspects of the project, pertaining to and inclusive of procurement of specified assembly parts, assembly and production of the CCAs, performing Factory Acceptance Testing (FAT), quality inspections, packaging and kitting, handling, storage and transportation. It is anticipated that approximately fifteen (15) First Article CCAs / three (3) kits will be required to be delivered within fourteen (14) weeks of future contract Award Date, seventy five (75) Key Site CCAs / fifteen (15) kits will be required to be delivered within eight (8) weeks of the First Article Approval, and nine hundred forty-five (945) Production CCAs / one hundred eighty-nine (189) kits will be required on an approved timed delivery schedule after Release for Production Date. To demonstrate their capabilities, vendors must respond in writing and provide information which shows: 1. Proof of Quality Assurance Certification including ISO 9001:2018 and IPC-A-610 Class 3 held by the vendor. ISO 9001:2018 certifications must be applicable to NAICS Code 334418. 2. Evidence that the vendor has access to, and has successfully utilized automatic/automated insertion equipment for all components of CCAs; except where manual insertion is required 3. Evidence of recent experience (within the past three years) on a minimum of three (and a maximum of five) past performance projects producing a minimum of seven hundred fifty (750) CCAs for each project. Past performance projects demonstrating manufacture of CCAs with Ball Grid Array (BGA) is required. At least one of the projects must have been performed for a Federal Government customer. For each past performance project, provide the following information: a) Brief description of the technical scope of the project: b) Name of customer; c) Contract number; d) Contract type; e) Total contract performance period and value; f) Customer contact name, title and telephone; g) For Federal government projects, provide contact information for the Government Technical Point of Contact as well as the Contracting Officer. h) DUNS (Dun & Bradstreet) Number and/or SAM (System for Award Management) Registration Information. At this time, the nature of the competition has not yet been determined. The FAA may decide to do an unrestricted competition or set aside all or part of the procurement for small business or eligible socially and economically disadvantaged business that are certified by the Small Business Administration (SBA) for participation in the SBA s 8(a) Program. The purpose of this Sources Sought Notice (Market Survey) is to solicit statements of interest and capabilities from small businesses, service-disabled veteran-owned small businesses, 8(a) certified firms, and all other business types and sizes, equipped and capable of providing the FAA s requirement (summarized above). The narrative response providing the vendor s qualifications/capabilities in dealing with a requirement of this magnitude must not exceed seven (7) pages. All responses to this market survey must be received by 05:00 PM ET on Monday 03/25/2019. The FAA will only accept submissions; including attachments, electronically emailed to the Contracting Officer (CO) at Rhoda.Fajardo@faa.gov Please include "MARKET SURVEY RESPONSE: FAACO No. 32789 in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted. Questions received from this Sources Sought Notice (Market Survey) will be used in the final development of the governments acquisition strategy. All questions and comments must be in writing; and submitted to the CO identified above. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Therefore, any cost associated with this Sources Sought Notice (Market Survey) submission is solely at the interested vendor s expense. 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/32789 to view the original announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/32789/listing.html)
 
Record
SN05245850-F 20190313/190311230008 (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.