Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2024 SAM #8097
SOLICITATION NOTICE

58 -- TDWR Radar Video Processors

Notice Date
1/26/2024 10:52:06 AM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-MS-1174
 
Response Due
2/2/2024 12:00:00 PM
 
Archive Date
02/17/2024
 
Point of Contact
Haylee Hildebrand, Connie Houpt
 
E-Mail Address
haylee.p.hildebrand@faa.gov, connie.m.houpt@faa.gov
(haylee.p.hildebrand@faa.gov, connie.m.houpt@faa.gov)
 
Description
Procurement of (5) TDWR Radar Video Processors RVP901 for the Federal Aviation Administration (FAA) The Federal Aviation Administration (FAA) has requirement for The Federal Aviation Administration (FAA) has requirement for the acquisition of five (5) TDWR Radar Video Processor RVP901 to provide continuing support of the Terminal Doppler Weather Radar (TDWR) Antenna Drive System This equipment is only known to be available from VAISALA, Inc, The FAA does not have rights in specifications or drawings to allow other sources to manufacture these items.� The contractor must have access to the original equipment manufacturers (OEM) specifications and drawings.� Potential sources must provide documentation to the FAA showing proof of rights to use the data from the OEM.� Statements that data will be obtained or that specifications or drawings will be developed are not acceptable.� Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA.� Interested parties who can comply with and meet all the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer. The purpose of this market survey is to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This information will be used by the FAA in choosing the method and type of procurement competition to be used to fulfill this requirement. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA�s 8(a) Program. Responses to this market survey will be used for informational purposes only. North American Industry Classification System (NAICS) �334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. 1250 employees. The nature of the competition and procurement method that will be conducted for this requirement has not yet been determined. The FAA will review the responses to this Market Survey and will make acquisition planning decisions based on market survey responses and the FAA�s needs. The FAA may decide to conduct a full-and-open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA�s 8(a) Program. In order to make this determination the FAA requires the following information from interested vendors in accordance with the attached documents herein: General Capability Statement - This document is limited to not more than six (6) pages, in Times New Roman, size 12 pt. font, and must identify: Type of services provided by your firm; Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance); Number of years in business. Specific Capability Statement � Provide documentation to the FAA showing proof for rights to use the data from the OEM. Clearly demonstrate that the interested vendor is qualified and capable of providing the required� equipment Response shall also provide a point of contact number and name (either by phone, email or both) for questions. *Proof of Entity Registration in the System for Award Management (https://SAM.gov) A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable. *Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) �By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� This is not a screening information request or request for proposal of any kind. �The FAA is not seeking or accepting proposals at this time. The responses will be used to develop the source list for this requirement. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey.� Therefore, any cost associated with the market survey submission is solely at the interested vendor�s expense. All responses to this market survey must be received by Friday January 26, 2024, 2:00 CT. Please include �MARKET SURVEY RESPONSE: �Video Processor� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted, as necessary. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACT SPECIALIST. CONTACT INFORMATION IS PROVIDED BELOW. All submittals should be submitted in electronic format (email) to: Haylee Hildebrand, Contract Specialist haylee.p.hildebrand@faa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20d222e35bca450eb2c019c6817fe436/view)
 
Place of Performance
Address: Oklahoma City, OK, USA
Country: USA
 
Record
SN06947018-F 20240128/240126230046 (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.