SOLICITATION NOTICE
99 -- Single Source Procurement for Alternate Source Qualifications of the Airport Surveillance Radar Model 9 (ASR-9) TR Limiter/Receiver Protector
- Notice Date
- 1/24/2017
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-600 CT - William J. Hughes Technical Center (Atlantic City, NJ)
- ZIP Code
- 00000
- Solicitation Number
- 26443
- Response Due
- 1/26/2017
- Archive Date
- 1/26/2017
- Point of Contact
- David Ujcich, david.ctr.ujcich@faa.gov, Phone: 609-485-4151
- E-Mail Address
-
Click here to email David Ujcich
(david.ctr.ujcich@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- In accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS) paragraph 3.2.2.4, the purpose of this announcement is to inform industry of the basis for the FAA's decision to contract with Northrop Grumman Support Systems via single source procedures. The Federal Aviation Administration (FAA) has a requirement for field testing an alternate design modification of the Airport Surveillance Radar Model 9 (ASR-9) TR Limiter/Receiver Protector that provides improved reliability. The TR Limiters/ Receiver Protector will be installed within the existing WR-284 type waveguide configuration of the selected Air Route Surveillance Radar Model 9 (ASR-9) radar systems. The ASR-9 System is a medium range (60 nautical mile) airport surveillance radar that operates at S-band with a pulse width of 1.03 microseconds, a Pulse Repetition Frequency (PRF) of 928 to 1321 Hertz (Hz) (1200 Hz typical) and an average power from 1188 to 1462 watts (depending on PRF). In 2014 under solicitation ACT-14-P-00096 Northrop Grumman Corp., had produced a modified receiver protector design that lowers the insertion loss and improves the operational life from 40,000 hours to 108,000 hours. FAA intends to procure 10-15 additional Northrop Grumman prototype units that can be field tested for reliability improvements for long term sustainment. A competitive solicitation is not available for this procurement. If your firm does not agree with this single source determination, please provide evidence of your firm's capability and experience in delivering such services outlined above and the FAA will evaluate that information accordingly. All responses must be directed to Dave Ujcich via email david.ctr.ujcich@faa.gov by 9:00 AM Eastern Standard Time, on Thursday, January 26, 2017. The FAA will not pay for any information or any administrative costs incurred associated with any responses to this announcement. 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/26443 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/26443/listing.html)
- Record
- SN04379171-W 20170126/170124234446-c5c504777b2a3b4dbaea29eb4ec52dab (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 |