Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2023 SAM #7991
SOLICITATION NOTICE

36 -- Thermal Flight Enroute Strips

Notice Date
10/12/2023 1:31:29 PM
 
Notice Type
Presolicitation
 
NAICS
323111 — Commercial Printing (except Screen and Books)
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-24-R-00019
 
Response Due
11/14/2023 12:00:00 PM
 
Archive Date
11/29/2023
 
Point of Contact
Connie Houpt
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Description
The Federal Aviation Administration (FAA) Logistics Center, Oklahoma City, Oklahoma, contemplates the acquisition of thermal flight strips.� It is anticipated that an Indefinite-Delivery/Indefinite-Quantity contract with firm-fixed price pricing arrangements will be awarded for a base period of one year and four (4) one-year option periods. Estimated annual quantities are as follows: NSN: 7530-01-682-6716, IFS PN 100026060, Full Terminal Strip, 8,100 boxes NSN: 7530-01-682-6809, IFS PN 100026061, � Terminal Strip, 1,300 boxes NSN: 7530-01-682-6811, IFS PN 100026062, ARTCC ENROUTE Strip, 300 boxes Based upon market survey response, this requirement will be 100% set-aside for competition among small, disadvantaged business (SDB) concerns. The FAA has adopted a two-phase approach in accommodating this acquisition.� The first phase (identified as SIR1) involves offeror submission of non-converted material, thermal flight strips (bid samples) and technical documentation for testing and evaluation by the FAA against established specifications and standards.� Only those offerors submitting non-converted material, bid samples and required technical documentation that are found to conform to FAA�s specifications and standards will be permitted to participate in the second phase of the acquisition process.� The second phase (identified as SIR2) will involve the issuance of a Screening Information Request (SIR2) with submission of price proposals based on each successful offeror�s submission under the first phase. Under SIR1, interested offerors are invited to submit a sampling of non-converted material and bid samples.� The FAA will require two (2) sheets of non-converted material with dimensions of twenty-five (25� x 25�) inches to be tested for compliance with the Technical Association of the Pulp and Paper Industry (TAPPI) specifications found in FAA Specification FAAD-F-1369-3, revised 10/28/13, and included as an attachment to this SIR1.� Bid samples will consist of ten (10) boxes of Flight Terminal Full Strips, NSN 7530-01-682-6716, containing 13 individual stacks, ten (10) boxes of Flight Terminal Half Strips, NSN 7530-01-682-6809, containing 13 individual stacks and ten (10) boxes of ARTCC ENROUTE strips, NSN 7530-01-682-6811, containing 10 individual stacks.� All stacks shall be 1,000 continuous fanfold strips, folded singularly.� Samples will be tested/evaluated against Paragraph 2.1.3, TAPPI Specification and Paragraph 3, Common Specifications, of FAA Specification FAAD-F-1369-3, Thermal Flight Strips, dated September 21, 2023.� Any offeror�s sampling of non-converted material failing to meet the specifications of Paragraph 2.1.3, TAPPI Specification will be eliminated from further consideration.� Bid samples will be returned at that point in time.� In addition to specific criteria set forth at Paragraph 3 of the specifications, the FAA will ensure sharp quality printing by conducting a demonstration test using the bid samples submitted.� The demonstration will be completed with a thermal Flight Data Input/Output (FDIO) thermal printer, Lemur printer, NSN 7025-01-616-8790.� The paper must allow printing of sharp [300 dots per inch (dpi)] characters without adjusting the print head, and more than 95,000 strips for NSN 7530-01-682-6716, 95,000 strips for NSN 7530-01-682-6809 and 100,000 strips for NSN 7530-01-682-6811 before any thermal print head dot failure. Along with the sample material and bid samples to be submitted, offerors are to provide written documentation addressing the ability to meet the requirements of Paragraph 4.4, Contractor Quality Control Program Requirements, of FAA Specification FAAD-F-1369-3. A Bid Sample Waiver may be considered if a Contractor is currently in production of these NSNs for a federal Government prime contract, subcontract or purchase order or who has delivered these NSNs that have been accepted by the Government within the past three (3) years.� If a waiver is requested, the form �Bid Sample Applicability and/or Conditions for Waiver� (included with this SIR1) must be submitted along with the written documentation addressing the ability to meet the requirements of Paragraph 4.4. Bid samples must be received by the FAA, Attention:� Cynthia Vuong, AJW-L800, TSF Bldg. No. 215, 6500 S. MacArthur Boulevard, Oklahoma City, OK 73169-6900.� Bid samples must be packaged in accordance with Paragraph 5 (less pallet requirements) of FAA Specification FAAD-F-1369-3. No prices/pricing information is to be submitted at this time.� Bid samples must be received by the FAA no later than 2:00 p.m. CT on November 14, 2023.� Bid samples must be packaged in accordance with Paragraph 5 (less pallet requirements) of FAA Specification FAAD-F-1369-3.� In addition to the labeling required under Paragraph 5.6 of the specification, boxes shall be labeled as follows:� Material (and/or) Bid Samples/6973GH-24-R-00019, Due 2:00 p.m. CT on November 14, 2023. Potential offerors should note that the FAA reserves the right to communicate with one of more offerors at any time during the SIR process. This SIR1 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 submission of bid samples for testing by the FAA nor costs attributed to the preparation and submission of requested technical documentation.� Inquiries regarding this SIR1 should be directed to Contracting Officer, at connie.m.houpt@faa.gov. ""This 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 individuals, 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.""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5a53f554f0c435aabd0fc05da88b665/view)
 
Record
SN06858327-F 20231014/231012230050 (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.