Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

99 -- *AMENDMENT A0001 UPDATE* ODA STC Certification & Association Project Management

Notice Date
5/6/2021 9:21:12 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
6973GJ NON-FRANCHISE ACQ SVC OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-21-R-00097
 
Response Due
5/18/2021 2:00:00 PM
 
Archive Date
06/02/2021
 
Point of Contact
KATHLEEN ISLAS, Phone: 4059548534
 
E-Mail Address
kathleen.d.islas@faa.gov
(kathleen.d.islas@faa.gov)
 
Description
MAY 06, 2021, AMENDMENT A0001 UPDATE:� The amendment's attachment has been updated to include additional information. MAY 05, 2021, AMENDMENT A0001:� Vendor Questions/Government Answers are attached.� APRIL 13, 2021*CORRECTION* -- The SIR/RFO attachment has been corrected and reattached to include the front signature page of the complete document and model contract.� Not other changes or corrections have been made. The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Flight Program Operations Team (AJF-21), Oklahoma City, OK has a requirement for support services to accomplish the certification of aircraft modifications and associated project management. The contractor is required to have access to a valid Organization Designation Authorization (ODA) to provide Supplemental Type Certificate (STC) services for modifications to FAA aircraft throughout the performance period of the contract. The work will primarily be accomplished in Oklahoma City, OK or Atlantic City, NJ. The flight inspection mission requires specific equipment to measure signals in space for the flight inspection of Navigational Aids (NAVAIDS), Instrument Flight Procedures (IFP), surveillance systems, lighting systems, and communication systems. The flight inspection system being developed by the FAA is the Modular Mission System (MMS). The MMS is a removable flight inspection system that will allow aircraft to be placed in different mission configurations. AJF requires contract ODA support for the execution of STC approval authority to develop and install the MMS on FAA aircraft, related engineering support, and project management of related projects. AJF requires certification for expected modifications on the Challenger 605/650 Series aircraft with an option for modifications to BE300 and BE350ER/BE360ER aircraft. This opportunity is a full and open, unrestricted request for interested and capable Offerors to submit proposals.� Proposal submissions must fully comply with all specifications in the attached SIR/RFO, PWS, and other applicable attachments.� �The contractor will be responsible for all labor, parts, kits, and major components required to meet the FAA�s requirement. NAICS:�� 541330 Engineering Services Size Standard:�� $15M. The Government seeks to award one Indefinite Delivery/Indefinite Quantity (ID/IQ), Labor Hour contract with Cost Reimbursable line items to the offeror proposal determined to meet all requirements of the SIR/RFO and determined to provide the best value to the FAA in accordance with the attached SIR/RFO.� Vendors are encouraged to pay particular attention to Section L of the attached SIR for specific instructions on how to prepare and submit proposals; and Section M for information on the basis of award and 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, WITHIN 14 CALENDAR DAYS FROM THE ISSUE DATE OF THIS SOLICITATION.� RESPONSES TO QUESTIONS WILL BE PROVIDED TO ALL OFFERORS AS AN AMENDMENT AND ATTACHED TO THIS SIR/RFO 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, Tuesday, May 18, 2021.� 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 of the attached SIR/RFO. Any responses received after 4:00 p.m. Central (Oklahoma) time, Tuesday, May 18, 2021 may not be considered.� If offeror proposals are not submitted in accordance with the proposal instructions provided in Section L of the attached SIR, the offeror�s response may be determined non-responsive and ineligible to submit 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/57671455181c483aab8c88cc629d8372/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN05994511-F 20210508/210506230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.