SOURCES SOUGHT
59 -- MARKET SURVEY: Overhaul and repair of Rotary Couplers
- Notice Date
- 10/21/2024 1:54:08 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-MS-00001
- Response Due
- 11/12/2024 12:00:00 PM
- Archive Date
- 11/27/2024
- Point of Contact
- Connie Houpt
- E-Mail Address
-
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
- Description
- The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center, Oklahoma City, Oklahoma has a requirement for overhaul and repair of Rotary Couplers for use in multiple radar systems. NSNs to be repaired/overhauled include: NSN 5985-01-363-3806 � TDWR�� � ����������� Annual Demand:7 NSN 5985-01-319-8304 � ASDE-3� � ����������� Annual Demand:6 NSN 5985-01-313-7839 � ASR-9�� �� ����������� Annual Demand:2 NSN 5985-01-394-3849 � MODE-S BOS�� � Annual Demand:1 NSN 5985-01-649-4498 � NAS ASR-11� ���� Annual Demand:2 NSN 5985-01-394-3848 � ARSR-1� � ����������� Annual Demand:1 NSN 5985-01-394-3847 � ARSR-2� � ����������� Annual Demand:1 NSN 5985-01-394-3850 � FPS�� ������ ����������� Annual Demand:1 The rotary couplers are used in FAA radar systems and are critical to Air Traffic Control in maintaining safety in the National Airspace System (NAS). The rotary coupler is a single point of failure for every radar system. In the event of coupler failure, there are no back-up systems in place. Therefore, the quality and projected life cycle of the rotary couplers is vital to the continued support of the NAS. The requirement will be for one base year period with four one-year option periods to be exercised at the sole discretion of the FAA. It is anticipated that multiple contracts may be awarded to meet this requirement. First article testing will be required for repair of each rotary coupler repaired by other than the original equipment manufacturer (OEM). First article test procedures will be set forth in the solicitation. Results of repair/overhaul shall meet the standards specified in the FAA's Certificates of Compliance and Measurement Set documents for each rotary coupler. (See attachments to market survey.) Cobham Defense Electronic Systems, Kevlin Division is the OEM for the rotary couplers and holds the proprietary rights to the technical documentation. Therefore, the FAA does not have any specifications or drawings available for release. The NAICS code applicable to this requirement is 811210 - Electronic and Precision Equipment Repair and Maintenance.� The business size standard for this NAICS is $34.0 million. The intent of this announcement is to permit companies that may possess the technical capabilities to repair/overhaul the Cobham rotary couplers an opportunity to provide specific information as to their unique capabilities as specified in this announcement. CAPABILITY STATEMENT: Qualified vendors are invited to submit documentation evidencing the possession of the following capabilities: 1. Demonstration of experience involving manufacture, repair, and testing of rotary couplers of equal complexity or greater, including repair and testing of rotary couplers produced by other manufacturers. 2. Demonstration of possession of the proper National Institute of Standards and Technology (NIST) traceable calibrated test equipment to verify compliance to the FAA's Certificates of Compliance and Measurement Set documents for each rotary coupler 3. Demonstration of the ability to manufacture or locate and obtain parts for repair 4. Demonstration of the capacity to handle the projected workload and return each unit to the FAA within 180 days after the receipt of an order 5. Demonstration of the capability to warranty each repaired rotary coupler for a period of five (5) years after installation in a radar site. MANDATORY REQUIREMENTS FOR RESPONSE TO MARKET SURVEY: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a. Capability Statement (as defined above) b. Response shall provide a point of contact name, number and email for questions. c. *Proof of Entity Registration in the System for Award Management (https://SAM.gov) d. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable. *Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) �By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA. Interested parties who can comply with and meet all of the requirements called out in this market survey should respond with their documentation in writing to: Connie Houpt, connie.m.houpt@faa.gov. Mark responses to this survey with Market Survey: Rotary Coupler Repair, to arrive by 2:00 p.m. CT, November 12, 2024. The FAA will not pay for any information received or costs incurred in preparing responses to this market survey. Any proprietary information should be so marked. Individual company responses will not be disclosed to other vendors. This announcement is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Responders to this announcement may be asked to provide additional details/information based on their initial submittal. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a 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 $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dea79c7634ea40ee84d097dff8eb8f6d/view)
- Record
- SN07245564-F 20241023/241021230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |