Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2012 FBO #3802
SOLICITATION NOTICE

99 -- MARKET SURVEY: Repair/Overhaul of Amplitron and Klystron Tubes

Notice Date
4/20/2012
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-12-R-03992
 
Response Due
5/4/2012
 
Archive Date
5/19/2012
 
Point of Contact
Connie Houpt, 405-954-7820
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT IS BEST VIEWED ON THE FAA CONTRACT OPPORTUNITIES WEB SITE: HTTPS://FAACO.FAA.GOV, KEYWORD: 12-R-03992. The Federal Aviation Administration (FAA) has a requirement for the overhaul/repair of an estimated annual quantity of 150 each Amplitron Tubes, NSN 5960-00-023-9482, L-3 Communications' P/N L4953R, and an estimated annual quantity of 15 Klystron Tubes, NSN 5960-00-061-0487, L-3 Communications' P/N L3035. The proposed contractor is L-3 Communications, San Carlos, CA. The proposed contract provides for major repair/overhaul services in support of Air Route Surveillance Radar Models 1 and 2 (ARSR 1/2) and FPS-20 series systems. The ARSR 1/2 and FPS-20 are integral parts of the Air Traffic control system. These services are only known to be available from L-3 Communications because proprietary data, as well as, the Government's lack of technical data, plans, drawings, specifications, or other documentation required for full and open competition is not available. Only L-3 Communications possesses the test set built specifically for testing the rebuild/overhaul of the amplitron tubes in order to maintain FAA's stringent safety and reliability standards. The amplitron electronic characteristics cannot be measured and aligned without the use of this test set. The FAA does not have a test set to provide to a contractor as Government Furnished Property. The type of contract contemplated under this requirement is Indefinite-Delivery/Requirements, with a fixed-price pricing arrangement. Requirement is for a base year and includes option provisions to renew for four additional 1-year periods, to be exercised at the sole discretion of the FAA. Interested vendors that have the capabilities to overhaul/repair these tubes and has access to a test set should respond with their documentation and proof of availability of test set to the Contracting Officer. 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 of the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer. All interested sources must provide their responses/submittals no later than 2:00 PM, CST, May 4, 2012. Information packages received after this date will be determined late and will not be considered. The FAA will not pay for any information received or costs incurred in preparing responses to this market survey. 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 assemblies. Responders to this announcement may be asked to provide additional details/information based on their initial submittal. The final determination by the FAA not to open this requirement to competition, based on any information provided, is solely within the discretion of the FAA. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-12-R-03992/listing.html)
 
Record
SN02727956-W 20120422/120420235738-0217798011353532482a2e4000f2a4ca (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 |
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.