MODIFICATION
99 -- Medium Intensity Approach Lighting Systems (MALSR) with Remote Maintenance Monitoring Subsystem (RMMS)
- Notice Date
- 9/6/2007
- Notice Type
- Modification
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-47 FAA Headquarters (ASU)
- ZIP Code
- 00000
- Solicitation Number
- 6037
- Response Due
- 10/31/2007
- Description
- The Federal Aviation Administration (FAA), Air Traffic Organization, is requesting information from industry on seeking small business or small disadvantage business, qualified vendors to furnish 80 Medium Intensity Approach Lighting Systems (MALSR) with Remote Maintenance Monitoring Subsystem (RMMS). The Lighting Systems Group (AJW-46) of the FAA's Navigation Services has forecasted the need of approximately 80 systems for near-term installations. This procurement will allow the FAA to meet agency goals for the next four years. The intent of this procurement is to identify vendors who currently have a MALSR system that have been evaluated and tested in accordance with either FAA-E-2325e or FAA-E-2980 specifications. Also, the vendors must have a RMMS systems that meet FAA-E-2750/1 and /4 specifications and comply with the requirement of FAA-O-6000.53. Logistic support is a key economical factor. Thus, the vendor must have a MALSR system that is supportable with the FAA Logistic Center (FAALC) and has a training course at the FAA Academy. The vendor must have the ability to start delivery of FAA-approved production units within one year of the contract award and not require design qualification testing to achieve FAA approval. The vendor must also have the capability to deliver these systems at a rate of 20 systems per year. Only interested parties who can comply with and meet all requirements called out in this market survey should respond. Vendors must submit a traceability matrix to FAA-E-2325e or FAA-E-2980, FAA-E-2750/1 and /4, design qualification test data, delivery lead times, and maximum production rates. Any proprietary information should be so marked. Individual company responses will not be disclosed to other vendors. The Lighting Systems Group future plan is to transition to a more reliable MALSR system using Light Emitting Diodes (LED). This procurement will allow a seamless transition from a traditional MALSR system to a LED based MALSR system. AJW-46 is currently investigating a MALSR system redesign using LEDs and is planning a procurement of an LED based MALSR system in the future. This announcement is NOT a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. Further, the FAA is not seeking or accepting unsolicited proposals. All interested parties are advised that the FAA will NOT pay for any information or any administrative costs incurred that are associated with any response received from industry in response to the request for comments. Therefore, any costs associated with and submissions from an interested party will be solely at the interested party's expense. Failure to respond to this request will not result in exclusion from any future competition. At this time, the nature of this competition has not been determined. In accordance with paragraph 3.2.1.2.1 of the FAA's Acquisition Management System (AMS), this market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition would exist if this acquisition were set aside for eligible small business or for eligible socially and economically disadvantaged business under the Small Business Administration's 8 (a) Program. The North American Industry Classification System (NAICS) code for this acquisition is projected to be 334511 with a size standard of 750 employees. Interested firms are asked to submit the attached Business Declaration form (attachment A) and a copy of the 8 (a) certification (if applicable). Failure of a sufficient number of adequately qualified 8 (a) firms and small businesses to respond to this survey may result in a competitive procurement open to all businesses. Any information provided under this request for comments is for informational purposes only and will not be released to the public. Any proprietary information submitted must be adequately marked as proprietary and will be protected if appropriately marked. All responses (one response per company) are to be provided on company letterhead. No type font less than 12 point may be used. Responses must be received no later than 1:30 PM local time 30 September 2007. The FAA prefers that all submittals, including attachments, be submitted electronically to the following email address: William.k.keller-jr@faa.gov. Please submit as a MS Word file. If you can not respond electronically, please send at least two hard copies by the indicated deadline to: Federal Aviation Administration Attn: William Keller, Contracting Officer, AJA-47 600 Independence Ave, SW, Room 412 Washington, DC 20591 Phone (202) 267-7386
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6037)
- Record
- SN01396888-W 20070908/070906220825 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |