SOLICITATION NOTICE
99 -- Wide Area Augmentation System (WAAS)
- Notice Date
- 8/2/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
- ZIP Code
- 00000
- Solicitation Number
- 5906
- Response Due
- 8/17/2007
- Archive Date
- 9/16/2007
- Description
- The FAA has a requirement for continued Contractor Depot Logistics Support (CDLS), e.g., program management, development and delivery of documentation, and planning effort for the CDLS service to support the Wide Area Augmentation System (WAAS). The contractor shall furnish all required labor, facilities, equipment (except Government-furnished), tools, test equipment, packing, preservation and packaging, parts, software, documentation and any other technical or administrative support necessary to provide the required depot level logistics support. WAAS CDLS support includes contractor management, integrated logistics support, configuration management, line replaceable unit (LRU) testing of all LRUs returned from WAAS sites, exchange and repair (E&R) and/or return and repair (R&R) of LRUs, fabrication and/or procurement of LRUs, repair procedures, supply support to all WAAS sites, response to web-based Logistics Inventory System (LIS) requests for parts, bar coding of WAAS assets returned to the depot, engineering change proposals, technical assistance/engineering services, and the generation of depot related Contract Data Requirements List (CDRL) items as required by the FAA. The draft Statement Of Work, dated June 15, 2007, is provided as a separate document under this market survey. The WAAS uses a network of precisely located ground reference stations that monitor Global Positioning System (GPS) satellite signals. These stations collect and process GPS information and send the information to WAAS master stations that develop a WAAS correction message sent to user receivers via navigation transponders on geo-stationary (GEO) satellites. The WAAS message improves the accuracy, availability, and integrity of GPS-derived position information. The contract is required for the sustainment of the WAAS in support of the National Airspace System (NAS). The principal North American Industry Classification System (NAICS) code for this requirement is 811219, with a size standard of $6.5/Million The proposed contract is for a base year with option provisions to renew for four additional one-year periods. These services are only known to be available from Raytheon Company, 1801 Hughes Dr., Fullerton, CA, 92833-2200, the original manufacturer, because they own the proprietary data rights for the manufacturing and engineering specifications along with the software code (Circuit schematics/revision information/software/firmware updates) for the WAAS. The FAA does not have available complete technical documentation to allow other sources to repair and support this system. This requirement is being processed using limitation of sources to a single source as provided for under the FAA AMS Section 3.2.2.4. This procurement is considered to be single source based upon Raytheon's proprietary data for support of this system. The FAA announces its intent to contract with Raytheon Company, Fullerton, CA, using single source procedures. 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. This announcement 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. The final determination by the FAA not to open this requirement to competition, based on any information provided, is solely within the discretion of the FAA. 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
-
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5906)
- Record
- SN01360098-W 20070804/070802220805 (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 |