Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2024 SAM #8160
SOURCES SOUGHT

59 -- Single-pole, Triple-throw (SP3T) Switches

Notice Date
3/29/2024 11:01:03 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-24-MS-00015
 
Response Due
4/17/2024 12:00:00 PM
 
Archive Date
05/02/2024
 
Point of Contact
Connie Houpt
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Description
Due date for receipt of market surveys is hereby extended to 2:00 p.m. CT on April 17, 2024. The FAA has a requirement for the acquisition of single-pole, triple-throw (SP3T) switches. The SP3T switch resides in the weather channel between the airport surveillance radar (ASR-9) and the Weather Systems Processor (WSP). SP3T switches control the flow of radio frequency (RF) to the dedicated WSP Receiver. Herley Industries LLC is the original manufacturer of part number 7A11823H01 which is the only approved directional switch to be used in the WSP and ASR-9. Herley no longer manufacturers the SP3T switch. Therefore, High Tech Consultants Inc. (HTCI) has been approved as a manufacturer of the WSP SP3T switch. HTCI is the only approved manufacturer and supplier of this switch. The FAA has determined it necessary to replenish the existing stock of the single pole, triple throw (SP3T) switches currently deployed as part of the WSP. This procurement will support waveguide switch, NSN 5985-01-484-1800 with a field-wide replacement effort to remove obsolete and non-supportable switches from the field. The FAA does not have the facilities or expertise to build this equipment internally nor does the FAA own any support documentation to accurately reproduce a form, fit, function alternative. Approving another part would take several years of on-site testing to verify no significant impact to performance as well as require input from FAA Second Level Engineering groups. Due to the immediate need to increase stock and replace the non-supportable switches in the field, the FAA must procure these switches as soon as possible. The responses to this market survey will be used for informational purposes only. 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. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses capable of providing the specified equipment. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The NAICS CODE for this requirement will be 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a Small Business Size Standard of 1,250. The FAA intends to review all response submittals to establish the acquisition strategy for this requirement. To make this determination the FAA requires the following from interested vendors: 1. Capability Statement: a.��������� Clearly demonstrate that the interested vendor is qualified and capable of providing the required component b.�������� Identify type of manufacturing provided by your firm, c.��������� Identify size and type of products provided by previous contracts (elaborate and provide detailed information and past performance), 2.�������� Provide a copy of ISO 9001:2015 certification. 3.�������� Provide a point of contact number and name (either by phone, email or both) for questions. 4.�������� *Proof of Entity Registration in the System for Award Management (https://SAM.gov) 5.�������� 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.� Please respond by submitting complete capability statement by email to: connie.m.houpt@faa.gov. All responses to this market survey must be received by April 9, 2024, 2:00 pm CT marked as �6973GH-24-MS-00015 SP3T Switches Market Survey response�. ""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/b62c2a45931b45f3b9a222815e79e75f/view)
 
Record
SN07014586-F 20240331/240329230100 (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.