Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2012 FBO #4053
DOCUMENT

99 -- ARSR-4 Dual Inductosyn Transducer Assembly - Attachment

Notice Date
12/27/2012
 
Notice Type
Attachment
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
DTFAAC-13-R-50901
 
Response Due
1/15/2013
 
Archive Date
1/15/2013
 
Point of Contact
Kevin Gramling, kevin.gramling@faa.gov, Phone: 405-954-3123
 
E-Mail Address
Click here to email Kevin Gramling
(kevin.gramling@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 0001: NOTICE OF INTENT TO CONTRACT WITH A SINGLE SOURCE: The Federal Aviation Administration Logistics Center (FAALC), intends to award a single source contract to Farrand Controls a Division of Ruhle Companies, Inc, Valhalla, New York. The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center proposes to acquire, under single source procedures to manufacture a total of four (4) ARSR-4 Dual Inductosyn Assemblies (DIA), Part No. 221594, in accordance with current design drawings and specifications. In accordance with the FAA Acquisition Management System, AMS 3.2.2.4, the purpose of this announcement is to inform industry of the basis of the FAA's decision to contract with a selected source when it is determined to be in the best interest of the FAA. This procurement is considered to be single-sourced based on, Farrand Controls is the original equipment manufacturer (OEM) of the DIA. The OEM is the designer and manufacturer of the DIA for the ARSR-4 rotary joint and is thus the sole source capable of producing the ARSR-4 DIA according to the already defined and documented design. This announcement is for informational purposes only and not a Solicitation/Request for Proposal. This requirement will be awarded to Farrand Controls and is not available for full and open competition. All questions pertaining to this announcement should be addressed in writing to the Contracting Officer, Kevin Gramling, kevin.gramling@faa.gov, (405) 954-3123, FAA Mike Monroney Aeronautical Center, Office of Acquisition Services (AMQ-210), PO BOX 25082, Oklahoma City, OK 73125 no later than Friday, 4 January 2013. Market Survey/Request for Information on ARSR-4 Dual Inductosyn Transducer Assemblies GENERAL INFORMATION: The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a Market Survey/Request for Information to improve the Government's understanding of the current marketplace and to identify qualified and capable sources. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements in the attached description. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to develop the Source List to be used when the solicitation for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB) or Small Business, or open it up for full and open competition. Any interested sources may respond to this market survey. The information identified from this market survey may result in a restricted Screening Process when the RFP is issued. All decisions will be made based on the information provided by vendors responding to this market survey. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. BACKGROUND Acquisition of four (4) ARSR-4 Dual Inductosyn Transducer Assemblies (hereafter abbreviated DIAs) P/N 221594, for repair and modification of ARSR-4 rotary couplers. The DIA is an inductive azimuth pulse generator used to provide azimuth position information for the radar. The NAICS CODE for this requirement will be 334511, Radar systems and equipment manufacturing, with a Small Business Size Standard of 750 employees. Responses to this market survey may also be used to determine if there is adequate competition to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition. All interested vendors 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 this Market Survey/Request for Information. Therefore, any costs associated with vendor's Market Survey/Request for Information submissions will be solely at the interested vendor's expense. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://faaco.faa.gov (or by access through http://fast.faa.gov). Please note that documents downloaded from sites other than the FAA's Contracting Opportunities Homepage may not be the latest documents. All FAA SIR amendments will also be shown on this site as "Amendment" when required. Vendors must access this site daily to determine if additional SIR amendments have been issued. Only vendors that respond with information packages providing the required information demonstrating that their firm meets the minimum requirements will be added to the Source List. The minimum requirements will remain the same for the issued SIR as contained in the requested information for this market survey. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. Interested sources should provide evidence of qualifications/capabilities available to provide experienced qualified management and technical personnel to conduct the required services. Attachment A includes a request for information describing the vendor's available resources and equipment. Attachment B is a business declaration form for descriptive information regarding the business status of the vendor. Attachment C is a draft Statement of Work and Attachments. Response submittals must include information for the following two (2) requests: 1. Responses to the requested information in Attachment A, needs to provide documentation that clearly demonstrates that the interested vendor is qualified and capable of providing the required services. The format of the documentation is at the discretion of the vendor. 2. Responses to the requested information in Attachment B. All response submittals (one response per company) are to be provided with a cover letter on company letterhead. Responses must be received no later than 3:00 P.M, local time December 7, 2012. Market survey responses received after the time and date specified may be determined to be late and may not be considered. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email address: kevin.gramling@faa.gov. Responses should be submitted in a portable document format (i.e..pdf file); however, Microsoft Word is acceptable. If you cannot respond electronically, please send response submittals to: Federal Aviation Administration Attn: Kevin Gramling, Contract Specialist (AMQ-210) Mailing Address: P.O. Box 25082 Oklahoma City, OK 73169 Physical Address: 6500 S. MacArthur Boulevard Oklahoma City, OK 73169-6901 Point of contact is Kevin Gramling, Contract Specialist, at e-mail kevin.gramling@faa.gov or telephone (405) 954-3123 or FAX (405) 954-9219. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 Central Contractor Registration (April 2006). Award cannot be made to a vendor that has not accomplished this registration. See paragraph (d) of the clause below: ***(d) If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. ATTACHMENT A: Qualifications/Capabilities (to be completed by vendor and returned) ATTACHMENT B: Business Declaration (to be completed by vendor and returned) ATTACHMENT C: Statement of Work If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/12657 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-13-R-50901/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment C - Statement of Work (doc) (https://faaco.faa.gov/index.cfm/attachment/download/27329)
Link: https://faaco.faa.gov/index.cfm/attachment/download/27329

 
File Name: Attachment A - Qualifications/Capabilities (doc) (https://faaco.faa.gov/index.cfm/attachment/download/27327)
Link: https://faaco.faa.gov/index.cfm/attachment/download/27327

 
File Name: Attachment B - Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/27328)
Link: https://faaco.faa.gov/index.cfm/attachment/download/27328

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02956202-W 20121229/121227234053-9a090e410cd134065ea2df85ff8f548b (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.