Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2002 FBO #0320
SOURCES SOUGHT

99 -- REPAIR AND/OR MODIFICATION OF 2ND GENERATION VORTAC CIRCUIT CARD ASSEMBLIES

Notice Date
10/16/2002
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
2792
 
Point of Contact
Phyllis Townsley, 405-954-7816
 
E-Mail Address
Email your questions to Phyllis.J.Townsley@faa.gov
(Phyllis.J.Townsley@faa.gov)
 
Description
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center, Oklahoma City, Oklahoma, has a requirement for the repair and/or modification for seven circuit card assemblies originally manufactured by International Telephone and Telegraph (ITT) of Clifton, New Jersey. These circuit card assemblies are in support of the Second Generation Vortac (2GVORTAC) System. NSNs, part numbers, and estimated annual quantitiy are as follows: Estimated Annual Item NSN Part Number Quantity Circuit Card Assembly 5825-01-162-6641 - ITT P/N 2800076G001 50/ea Circuit Card Assembly 5825-01-163-3431 - ITT P/N 2800079G001 120/ea Circuit Card Assembly 5998-01-211-5531 - ITT P/N 2800083G001 75/ea Circuit Card Assembly 5998-01-212-8229 - ITT P/N 2800078G001 85/ea Circuit Card Assembly 5998-01-214-2523 - ITT P/N 2800021G001 50/ea Circuit Card Assembly 5998-01-214-2524 - ITT P/N 2800021G002 15/ea Circuit Card Assembly 5998-01-227-8535 - ITT P/N 2800082G001 90/ea Repairs and/or modifications will be made in accordance with FAA Logistics Center Standard, FAA-STD-1293c, Servicing Standards and Test Requirements for Ground Electronic Equipment, dated February 10, 1998 and TI-6820.2, "VORTAC, VOR/DME, VOR Equipment, Type FA-9996" portions of which apply. These documents and the relevant Circuit Card Assembly drawings are available on CD ROM by requesting a copy from the Contracting Officer. The contractor will be required to complete a card (affixed to each repaired unit) showing NSN, Noun, Part Number, Date Repaired, Description of Repair, Time to Repair, Serial Number, Contractor's Name, Contract Number, and Delivery Order Number. Data Processing Equipment Reconditioning Corp., Chesterfield, MO, is the only known repair source that has previously repaired these circuit card assemblies; therefore, they are not required to submit documentation evidencing their capabilities. The intent of this announcement is to permit companies that may possess the technical capabilities to repair and/or modify these circuit card assemblies an opportunity to provide specific information as to their unique capabilities. Interested offerors are invited to submit documentation evidencing the possession of the following capabilities: 1. Experience involving the manufacture, repair, modification and testing of similar circuit card assemblies, i.e., similar in size, complexity, application, etc.; 2. Possession of or ability to acquire manufacturing, repair and special test equipment and documentation required to accommodate repair and/or modification and testing to verify performance of these circuit card assemblies; 3. Ability to manufacture or locate and acquire associated parts including out of production components for repair and/or modification, components and assemblies unique or critical to circuit card assemblies; 4. Ability to repair and/or modify circuit card assemblies and test to verify performance of this configuration within fifteen (15) workdays after receipt of the unit for priorities, if applicable and thirty (30) workdays after receipt of the unit(s) for routine requirements; 5. Ability to repair and/or modify circuit card assemblies of this configuration and test to verify performance at an estimated rate of 485 per year; 6. Ability to provide a warranty for the repair and/or modification of circuit card assemblies; and 7. ISO 9001 Registered or, as a minimum, have a Quality Control Program in compliance with ANSI/ASQC Q9002-1994. * Capabilities/qualifications may be demonstrated/documented as follows: Ref. No. 1: Provide specific references (e.g., company, points of contact, telephone numbers, contract/order numbers, etc.) of customers for which similar circuit card assemblies were repaired and/or modified. The submission must specifically identify the similarities of the circuit card assemblies. Ref. No. 2: Provide a list of unique or peculiar equipment (e.g., manufacturing, repair and special test equipment) and special tooling available required to accommodate the repair and/or modification of subject circuit card assembly. Ref. No. 3: List the major parts, components and assemblies required to effect the repair and/or modification of subject circuit card assemblies. For each major part, component and assembly listed, identify whether it is a "make" or "buy" item. Identify the manufacturer of any non-commercial "buy" item. Special attention should be given as to how any proprietary part of another's manufacturer will be provided or addressed. Ref. No. 4: Explain how the repair and/or modification of circuit card assemblies of this configuration can be accommodated within thirty (30) workdays after receipt of the unit. List long lead-time items (make or buy) that are not readily available (i.e., within 5 calendar days) either within the vendor's capacity to produce or through open market. Provide an explanation as to how these long lead items will be made available in order to meet the required 30-day turnaround time for the repair and/or modification of subject circuit card assemblies. Ref. No. 5: Provide documentation involving current or previous contracts where capability to repair and/or modify of up to 485 circuit card assemblies per year was demonstrated. Documentation must include references to company/business, points of contact, telephone numbers, contract/order numbers, etc., for which similar repair and/or modification of circuit card assemblies were accomplished. Ref. No. 6: Provide documentation in the form of existing or proposed warranty or representation as to willingness to negotiate a warranty based on FAA needs. Ref. No. 7: Certification will be demonstrated by providing a copy of an ANSI/ASQC/ISO-1994 Quality System Registrar's authentic certification of verification that the contractor is listed in the ANSI/ASQC/ISO 9000-1994 Registered Company Directory. Certificate of compliance shall be supplied or vendors shall submit with their documentation a "Quality Management System" which contains all elements of the ANSI/ASQC/ISO 9000 Standard as described in the Numerically Integrated Supplier Operations Classification (NISOC) program and the Quality/Reliability Officer Guidebook. As part of the Quality Management System, vendors shall complete the 3 page "Supplier Self-Audit Qualification Form" found in the NISOC document. NISOC is available at the following Internet address: HTTP://logistics.faa.gov/nisoc.pdf The Quality/Reliability Officer Guidebook is available at the following Internet address: HTTP://fast.faa.gov (Select Quality Assurance, Quality System Document, QRO Guidebook) This acquisition contemplates a phased approach. This, the initial phase involves the qualifications of vendors. Only those firms responding to this announcement that are determined qualified by the FAA will be allowed to participate in the next phase. The remaining phases of the downselect process will be identified in future communications with those firms that successfully respond to this public announcement. Vendors must respond directly to the contracting officer identified in this announcement. Mark responses to this announcement with Announcement File #0218049, to arrive by November 4, 2002. Facsimile responses are not permitted. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. Any proprietary information should be so marked. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Responders to this announcement may be asked to provide additional details/information based on their initial submittal.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00188818-W 20021018/021016213305 (fbodaily.com)
 
Source
FedBizOpps.gov 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.