Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
SOLICITATION NOTICE

99 -- ILS End-Fire Glide Slope Antenna

Notice Date
9/25/2012
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-340 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-12-P-00180
 
Response Due
10/11/2012
 
Archive Date
10/26/2012
 
Point of Contact
Jacqueline Haralson, 202-267-3612
 
E-Mail Address
jacqueline.haralson@faa.gov
(jacqueline.haralson@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) intends to award a single source purchase order to procure one (1) Model 105 End-fire Glide Slope (EFGS) System. This is a brand specific system manufactured only by WATTS Antenna Company located in Herndon, Virginia. The Contractor will deliver one Model 105 End-fire Glide Slope System. This is a ground-based instrument approach system that provides precision guidance to an aircraft approaching and landing on a runway, using a combination of radio signals to enable a safe landing during instrument meteorological conditions (IMC), such as low ceilings or reduced visibility due to fog, rain, or blowing snow. A glide slope is an independent sub-system which provides vertical guidance to aircraft approaching a runway. A glide slope (GS) antenna array is sited to one side of the runway at the touchdown point and its signal is transmitted on a specific carrier frequency. This fixed price purchase order will be issued for a period of six months in the amount of $377,900. This procurement will be conducted under the guidelines of the FAA Acquisition Management System. This policy allows, when it is in the best interest of the Government, for single source procurement, AMS Policy Section 3.2.2.4. End-Fire antenna is the only antenna approved for NAS deployment which can accommodate terrain where image-type antennas do not work properly. End-Fire is a brand name and there are no substitutions approved for NAS deployment. The procuring office for this contract is the Federal Aviation Administration (FAA), Navigation Services, Ground Based NAVAIDS and Lighting Systems Group, AJM-322, located at 800 Independence Avenue, SW, Washington, DC 20591. This announcement is for informational purposes only, not a solicitation/request for proposal. A full and open competition is not available for this procurement. If your firm does not agree with this single source determination, please provide evidence of your firm's capabilities and experience in providing similar services and the FAA will evaluate accordingly. All responses to this announcement must be submitted by 5 p.m. on October 10, 2012, to Jacqueline Haralson, Contracting Officer at jacqueline.haralson@faa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-12-P-00180/listing.html)
 
Record
SN02898813-W 20120927/120926004018-143d3a3052829adad81943fcc20435ed (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.