SEEKING SOURCES: MANUFACTURE AND REPAIR SERVICES OF AIRPORT SURFACE RADAR MODEL 4 (ASR-4) DUAL INDUCTOSYN ASSY AZIMUTH PULSE GENERATOR.

expired opportunity(Expired)
From: Federal Government(Federal)
6973GH-24-MS-00004

Basic Details

started - 01 Feb, 2024 (2 months ago)

Start Date

01 Feb, 2024 (2 months ago)
due - 23 Feb, 2024 (2 months ago)

Due Date

23 Feb, 2024 (2 months ago)
Bid Notification

Type

Bid Notification
6973GH-24-MS-00004

Identifier

6973GH-24-MS-00004
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8247)FEDERAL AVIATION ADMINISTRATION (4266)6973GH FRANCHISE ACQUISITION SVCS (1817)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING OFFICER. CONTACT INFORMATION BELOW.The main purpose of this announcement is to seek interest and capability statements from vendors that may aid in the formation of an acquisition strategy to achieve an eventual supply and repair contract of the following item:ARSR-4 DUAL INDUCTOSYN ASSY AZIMUTH PULSE GENERATORNSN# 6115-01-605-6022.There is no repair or manufacturing vendor is known to exist by the FAA. The original manufacturer, Ferrand Controls, Inc., does not currently support this item. See attached OEM brochure for further item description information. The desired outcome of this RFI is to obtain answers from interested vendors for the following questions:Can this item presumably be reverse-engineered for repair purposes with the information attached to this announcement and an asset (unit) provided? If not, what are the critical gaps in the information? How viable would it be to manufacture
these items after the reverse-engineering effort for repair?What provisions should the FAA pursue to ensure these items have long-term supportability? After initial order, could these units be manufactured on an individual basis based on the FAA’s need? The overall objective of this announcement is to determine the best path forward to pursue a future repair/replacement source contract of these items. This is not a request for proposal of any kind.The North American Industry Classification System (NAICS) codes and size standards for this effort is anticipated to be as follows:NAICS – 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument ManufacturingSize Standard – 1,250 EmployeesThe FAA requests that interested vendors address the requirements in the attached draft SOW and related addendum, as well as feedback and comments for these documents.Each vendor should include the following information along with their submission:1. Capability Statement - This document should identify:- Provision of equipment as listed in the SOW that have been provided by your firm for similar efforts- Previous contracts and awards for similar efforts (please elaborate: quantities, dollar amounts and provide detailed information and past performance)- Number of years in business- Responses to the 4 questions above in this announcement.2. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by themselves as the prime vendor and percentage that would be subcontracted.3. Rough Order of Magnitude (ROM) or budgetary (ballpark) estimate information for this item. For estimating purposes, Historically, the volume of need for repair/replacement is an average of 8 units per year. The FAA is particularly interested to obtain ballpark estimates, for budgetary purposes only, to understand the following:- ROM of manufacturing ramp-up- ROM of labor- ROM of materialsThe FAA contemplates a 5-year IDIQ or Requirements contract upon successful first article production. The FAA also contemplates a two-phase solicitation process may be used to first establish a qualified competition pool willing to execute Non-Disclosure Agreements for receipt of further technical data needed for cost/price proposals in the second phase; however, acquisition strategy has not yet been fully determined yet. Please note that responses to this RFI will be used for informational purposes only. This is not a screening information request (SIR) or request for proposal (RFP) of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor’s expense.At this time the nature of the competition has not been determined. The FAA may use the responses of this RFI to decide to do a full and open competition or set aside all or part of the procurement for small businesses, service disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.It is currently unknown if any sources are capable, but in the case that only one response is received from this announcement, the FAA may conceive that that there is not more than one source that is interested and/or capable and may proceed to pursue a single source award. As such, interested vendors are highly encouraged to submit a response to this announcement to ensure the FAA is aware if a competitive environment exists. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on February 23rd, 2024.The FAA prefers that all submittals, including attachments, be submitted electronically to the following:Email: Joshua.d.huckeby@faa.gov

AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD  OKLAHOMA CITY , OK 73125  USALocation

Office Address : AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD OKLAHOMA CITY , OK 73125 USA

Country : United StatesState : OklahomaCity : Oklahoma City

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 5999Miscellaneous Electrical and Electronic Components