MARKET SURVEY/SEEKING SOURCES: DESIGN AND MANUFACTURE ASR-9 RADAR MULTIVOLTAGE POWER SUPPLY (MVPS) REPAIR KITS.

expired opportunity(Expired)
From: Federal Government(Federal)
6973GH-24-MS-00007

Basic Details

started - 13 Feb, 2024 (2 months ago)

Start Date

13 Feb, 2024 (2 months ago)
due - 12 Mar, 2024 (1 month ago)

Due Date

12 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
6973GH-24-MS-00007

Identifier

6973GH-24-MS-00007
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

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

Attachments (28)

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 procure designs, first articles, and limited initial production run for MVPS repair kits. The FAA is seeking a design and manufacturing source for four variations of repair kitsMOD AMOD CMOD DMOD D1Each variation has it's own set of attachments to this announcement. The documents have been titled accordingly for ease of organizaiton. There is currently no known manufacturer of these items to the FAA. The specifications for the repair kits are contained in the attachments to this announcement. The FAA requests that interested vendors address the requirements in the attached draft SOWs 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 design and First Article quantities (Identified in the statements of work)- ROM manufacturing ramp-up- ROM of labor- ROM of materialsThe FAA 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 market survey 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 of your company’s interest. All responses to this market survey must be received by 5:00 p.m. Central Time (Oklahoma Time) on March 12th, 2024.Please convey all submittals, including attachments, via email to the following email address: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 5840Radar Equipment, Except Airborne