Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
DOCUMENT

59 -- MARKET SURVEY: Overhaul/Repair and/or Unit Exchange of SONUS/NET Bandwidth Manager components - Attachment

Notice Date
11/4/2015
 
Notice Type
Attachment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
22914
 
Response Due
11/24/2015
 
Archive Date
11/24/2015
 
Point of Contact
Connie Houpt, connie.m.houpt@faa.gov, Phone: 405-954-7820
 
E-Mail Address
Click here to email Connie Houpt
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ORIGINAL MARKET SURVEY WAS POSTED ON THE FAA'S CONTRACTING OPPORTUNITIES WEBSITE (FAACO.FAA.GOV). IF YOU ARE VIEWING THIS FROM ANOTHER SOURCE, THE INFORMATION MAY NOT CONTAIN ALL PERTINENT INFORMATION. GENERAL INFORMATION: The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a market survey to identify potential overhaul repair and/or unit exchange vendors for the Bandwidth Manager (BWM) program. This announcement is not a Screening Information Request (SIR) or a Request for Offer (RFO) of any kind. The FAA Logistics Center, Automation/Communications Product Division, AML-8000, provides logistics support for the Bandwidth Manager (BWM) program. BWM, which is utilized for telecommunications bandwidth optimization, routing, and restoral, consists of legacy equipment, originally manufactured by SONUS/NET under the PROMINA product line. The FAA continues to utilize electronic equipment from the PROMINA 100, 400, and 800 baselines. The FAA procured, deployed, and supported the BWM equipment without National Stock Numbers (NSNs) through contracts directly with SONUS/NET that have now ended and which are no longer available. The FAA does not own the proprietary documentation required to repair the PROMINA 100, 400, or 800 equipment. The PROMINA 100, 400, and 800 equipment was originally stocked without NSNs at selected non- AML facilities, but was later moved to AML and NSNs were established for the equipment. The attached BWM NSN List spreadsheet identifies the PROMINA 100, 400, and 800 parts used in the BWM equipment supported by the FAA. A commercial repair source for the BWM equipment is being sought to maintain the BWM equipment. In the event that a repair vendor is not identified, the FAA may consider unit exchange as an option. The acquisition strategy for this procurement has not been determined. 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 small business set-aside; or open it up for full-and-open competition. All interested sources need to respond to this market survey. The information identified from this market survey may result in a restricted screening process when the RFO is issued. 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. The intent of this market survey is to permit companies that may possess the technical capabilities to overhaul repair and/or provide unit exchange for the Bandwidth Manager (BWM) equipment an opportunity to provide specific information as to their unique capabilities as specified in this announcement. Qualified vendors will need to show capability to furnish all required labor, plant, materials, fixtures, equipment, tools, test equipment, technical data/expertise and all other facilities necessary to provide overhaul repair and/or provide unit exchange for the Bandwidth Manager (BWM) equipment. 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 overhaul repair and/or provide unit exchange for the Bandwidth Manager (BWM) equipment. Interested vendors that have the capabilities to overhaul repair and/or provide unit exchange for the Bandwidth Manager (BWM) equipment should provide sufficient information to describe those capabilities in a compelling manner. Submitted documentation must clearly demonstrate that the vendor can overhaul repair and/or provide unit exchange for the Bandwidth Manager (BWM) equipment. Response submittals must include information for the following two (2) requests: 1. Vendor responses will describe the resources available to meet the description set forth in this market survey and provide documentation that clearly demonstrates that the interested vendor is qualified and capable of providing overhaul repair services and/or provide unit exchange for the Bandwidth Manager (BWM) equipment. The format of the documentation is at the discretion of the vendor. A short list of projects that the vendor has successfully performed can be submitted to demonstrate the capabilities that the vendor possesses in this area. 2. Completed and signed Business Declaration Form (attached) for descriptive information regarding the business status of the vendor. 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 November 24, 2015. Market survey responses received after the time and date specified may be determined to be late and may not be considered. All response submittals, including attachments, shall be submitted electronically to the following email address: connie.m.houpt@faa.gov, Reference: BWM Equipment. 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. Therefore, any costs associated with vendor s market survey submissions will be solely at the interested vendor s expense. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities web site 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 web site may not be the latest documents. 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 for this requirement. NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 System for Award Management (August 2012). 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 SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. ATTACHMENTS: Business Declaration (to be completed by vendor and returned) BWM NSN List 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. 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/22914 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/22914/listing.html)
 
Document(s)
Attachment
 
File Name: Business DeclarationForm (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/59756)
Link: https://faaco.faa.gov/index.cfm/attachment/download/59756

 
File Name: BWM NSN List (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/59755)
Link: https://faaco.faa.gov/index.cfm/attachment/download/59755

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03938543-W 20151106/151104235330-57ec70581c4329c9a917a82013d76bdb (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.