DOCUMENT
59 -- Terminal Doppler Weather Radar (TDWR) - Attachment
- Notice Date
- 5/7/2018
- Notice Type
- Attachment
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-330 WA - FAA Headquarters (Washington, DC)
- Solicitation Number
- 30114
- Response Due
- 5/23/2018
- Archive Date
- 5/23/2018
- Point of Contact
- William Willenbring, bill.willenbring@faa.gov, Phone: 202-267-7914
- E-Mail Address
-
Click here to email William Willenbring
(bill.willenbring@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.2.3.1.2.1 - the purpose of this SIR is to obtain information, which will ultimately allow the FAA to identify an Offeror, make a selection decision and award a contract. The FAA is seeking interested vendors that are capable of providing replacement of the existing Plasma Display of the Ribbon Display Terminal for the Terminal Doppler Weather Radar (TDWR). The ribbon display modification effort is required to make the existing (or śLegacy ť) display more reliable, as well as, provide the latest technology to accommodate future changes to the system they support. This is a firm, fixed price (FFP) and Time-and-materials and labor-hour (T&M/LH) Full and Open procurement. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 423690, Other Electronic Parts and Equipment Merchant with a size standard of 250 employees. The Offeror may begin submitting questions and comments immediately after release of the RFO/SIR and up to May 11, 2018 2:00 PM EST. Responses to questions will not necessarily change the date proposals are to be received. Offerors must submit all questions and comments e-mail (Raymond.Glembocki@faa.gov); however, they must not be submitted via phone call. The FAA will respond in writing within five (4) working days on the FAA Contract Opportunities website to all potential Offerors. Questions and Answers that clarify SIR details may be provided to all Offerors; however, the source of the questions will not be identified. Questions received after the time and date stated above may not be answered. MANDATORY REQUIREMENTS In order to be considered responsive, organizations expressing interest in this matter must provide the following: VOL IOFFER, OTHER DOCUMENTS, AND PRICING Section 1 - Solicitation Cover Page SF-33 (and amendments if applicable) signed by authorized representative of company Section 2 - SIR Section I - filled in completely (Offeror must include Section I for all proposed subcontractors and teammates). Section 3 - SIR Section K - filled in completely and signed (Offeror must include Section K for all proposed subcontractors and teammates). Section 4 - Responsible Prospective Contractors VOL IITECHNICAL, AND PAST PERFORMANCE Section 1 - Capability- Understanding of Scope Section 2 - Technical Approach Section 3 - Past Technical Performance Section 3.1 - Past Performance Questionnaires VOL III PRICE PROPOSAL ATTACHMENTS Attached to this announcement are the following documents: (1) RFO/SIR “ Section B (2) RFO/SIR Section B to M (3) Attachments J-1 to J-4 Offeror submissions must be received no later than 2:00 P.M. ET on May 23, 2018 via e-mail to Raymond.Glembocki@faa.gov. The electronic submission should be in either Microsoft WORD format, portable document format (PDF) or for Section B, Microsoft Excel (See Section L for additional details). 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/30114 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/30114/listing.html)
- Document(s)
- Attachment
- File Name: Section J, Attachment J-3 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/88839)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88839
- File Name: Section J, Attachment J-1 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/88838)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88838
- File Name: Section J, Attachment J-2 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/88837)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88837
- File Name: Section B - M (docx) (https://faaco.faa.gov/index.cfm/attachment/download/88836)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88836
- File Name: Section B Spreadsheet (xls) (https://faaco.faa.gov/index.cfm/attachment/download/88835)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88835
- File Name: Section J, Attachment J-4 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/88840)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88840
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Section J, Attachment J-3 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/88839)
- Record
- SN04913776-W 20180509/180507230957-7cd238e63f44ea64f492b636e3a0da0c (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 |