DOCUMENT
16 -- Seat replacement in the Boeing-747 Aircraft Environment Research Facility (ACRF) - Attachment
- Notice Date
- 6/1/2015
- Notice Type
- Attachment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-731 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 21100
- Response Due
- 6/30/2015
- Archive Date
- 6/30/2015
- Point of Contact
- Harold Hannah, harold.hannah@faa.gov, Phone: 405-954-7853
- E-Mail Address
-
Click here to email Harold Hannah
(harold.hannah@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT for Program Management and Oversight for Civil Aerospace Medical Institute (CAMI) Aerospace Medical Research Division (AAM-600) Research and Technical Support Services. Name/Organization: Kathrine T. Budd/AAM-006 Region Issuing Office: MMAC-Mike Monroney Aeromedical Center, Oklahoma City, Oklahoma Phone/Email: 405-954-0424 / kathrine.budd@faa.gov Set-Aside: TBD NAICS Code: 336413 Classification Code: TBD Procurement Method: Commercial/Simplified Regions(s) of Performance MMAC-Mike Monroney Aeromedical Center, Oklahoma City, Oklahoma The Federal Aviation Administration (FAA) is conducting a Market Survey/Request for Information (MS/RFI) to improve the Government s understanding of the current marketplace and to identify capable and interested sources and a Rough Order of Magnitude (ROM) to meet all the requirements as outlined in the attached Draft Statement of Work (SOW). Responses to this market survey will be used to develop the Source List and outline budgetary basis to source funds required to support this acquisition to be used when the solicitation for this requirement is issued. (See attached Schedule for award), this survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. All capable and 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 MS/RFI. Therefore, any costs associated with vendor s MS/RFI submissions will be solely at the interested vendor s expense. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for information purposes only and will not be released, any proprietary information submitted will be protected if appropriately and easily identified and marked. Vendor participation in any information session is not a promise of future business with FAA. All questions asked by interested parties will be addressed as an attachment to the Screening Information Request/Request for Information (SIR/RFI). Abstract: The FAA is seeking competent and qualified manufactures and or vendors capable and interested in delivering to the Government s requirements for Research seats to simulate aircraft seats . The winning contractor must provide simulated aircraft seats for the Governments Aircraft Environment Research Facility (AERF) located on MMAC. THE AERF is located in a stationary Boeing 747-100 series aircraft. The new seat system as outlined in the SOW must be able to fit both the floor track and within the space of the current aircraft while maintaining at least two (2) aisles, at least 20 inches wide at the narrowest point above the armrests. The government DOES NOT WANT actual aircraft seats. This requirement supports a new seat system to Simulate Aircraft Seats with a modular system that can be instrumented for research purposes. This includes but is not limited to collecting data on seat belt statuses. It is important to note that the seat system proposed for delivery MUST BE robust and while it is not required to meet airworthiness or current aviation fire standards MUST be able to withstand the rigorous use and possible abuse often sustained during research, including subjects climbing over them repeatedly. As outlined in the Draft SOW, the seat system MUST include seat back monitors in each seat, such as those currently found on Wide-Body Aircraft. In addition, this sear system MUST support multiple row configurations; such as those, found in Boeing 747, 777, and Airbus A380 s and other wide body aircraft. Examples of this include but are not limited to two (2) or three (3) seats per row in the outboard sections, four (4) seats per row in the inboard sections. This modularity should ideally extend to the seats sufficiently enough so that if/when seats become broken, the government can replace just the broken seat and not an entire modular unit, or whole row of seats. Based on the Contractors solution, the Government anticipated the purchase of approximately 250 along with the support equipment to organize them in multiple wide-body aircraft seating configurations. 1)This procurement may or may not be set-aside for small business concerns 2)The North American Industry Classification System (NAICS) is TBD 3)The estimated offer range for this project is between $500,000. $1M with delivery estimated to be 18 months. 4)Contractors must have active registration in System for Award Management (SAM) formally Central Contractor Registration (CCR) before award can be made. Contractors can register at www.SAM.gov. The FAA intends to award a Contract with Fixed Priced Program Management Contract Line Item Number (CLIN) and Fixed Priced Labor Rates for the required professional services for the Lowest Priced Technically Acceptable Offeror (LPTA) All qualified contactor must submit their requests, questions in writing and attachments by email to kathrine.budd@faa.gov, no later than 5:00 pm (CST) on May 15, 2015. Requests received after this date and time may not be honored. NO TELEPHONE REQUESTS WILL BE ACCEPTED CONTRACTS MUST MEET THE FOLLOWING GO/NO GO CRITERIA: 1)The Contactor must have experience in aircraft seat or manufacturing or seat building or aircraft simulation builders. 2)The Contractor must have experience and must provide evidence of this experience and document in a clear and concise manner how that experience translates the Contractors ability to successfully perform to all the requirements outlined in the SOW. 3)The Contractor must provide three (3) Current and Relevant Past Performance Questionnaires. 4)The Contractor must be able to provide a detailed description of its Business Strategy including roles and responsibilities of any PRIME and Subcontractor relationships. 5) The Contractor must provide the contract number or project identifier, including a point of contact, and telephone number. Contractors must provide the following Information a)Company Name b)Address c)Telephone Number/FAX Number d)Point of Contact (POC)/Alternative POC e)Email Address(s) f)Business Declaration (See Attachments) g)Specialized Experience (See Attachment) FAILURE TO SUBMIT ALL THE REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICATION AS NON-RESPONSIVE Attachments: 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/21100 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/21100/listing.html)
- Document(s)
- Attachment
- File Name: 747 AERF Seat Specs and SOW Draft 2 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/54102)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/54102
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 747 AERF Seat Specs and SOW Draft 2 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/54102)
- Record
- SN03748915-W 20150603/150601235315-0c8a02f93bb4c12d3b8dbb6fedbb3194 (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 |