SPECIAL NOTICE
99 -- PC RVR- Single Source Announcment
- Notice Date
- 12/16/2015
- Notice Type
- Special Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-340 WA - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- DTFAWA-16-R-00004
- Response Due
- 12/21/2015
- Archive Date
- 12/21/2015
- Point of Contact
- Trenescia Cowans, trenescia.cowans@faa.gov, Phone: 202-267-5984
- E-Mail Address
-
Click here to email Trenescia Cowans
(trenescia.cowans@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- SINGLE SOURCE ANNOUNCEMENT 1. Introduction and Statement of Intent The Federal Aviation Administration intends to award a Single Source Contract to Vaisala, Inc. ( Vaisala ) for the production and delivery of PC-based Runway Visual Range (PC-RVR) systems. These systems are being procured to sustain and replace NG-RVR systems currently in the NAS without causing interruptions to existing NAS operations. Vaisala, located in Louisville, CO, and is the incumbent contractor on the previous contract, DTFAWA-05-C-00064, which expired on August 31, 2014 and resulted in First Article Approval of a system designed to FAA specifications. 2. Description of Supplies/Services The FAA has a requirement for and may procure the following equipment/deliverables/quantities through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The quantities listed are the total estimated quantities for each CLIN in the base contract and its options: (a)PC-RVR System (FA-Type 19200) (QTY- 1-80) (b)Data Processing Unit (DPU) (FA-Type 19200/1) (QTY-1-25), (c)Visibility Sensor (VS) assembly (FA-Type 19200/2) (QTY- 1-115), (d)Ambient Light Sensor (ALS) assembly (FA-Type 19200/2) (QTY- 1-50), (e)Runway Light Intensity Monitor (RLIM) assembly (FA-Type 19200/3) (QTY- 1-45), (f)Runway Light Intensity Monitor (RLIM) Loop Sensors (QTY- 1-145), (g)Set of site spares (QTY- 1-30), (h)Set of special tools and test equipment (As needed), (i)VS geometry/alignment device (As needed), (j)Controller Display (QTY-1-145) 3. Total Estimated Value and Period of Performance The proposed contract ceiling of the planned single source contract inclusive of all options will be $24,537,079.84. 4. Authority The FAA, under the authority of Acquisition Management System (AMS) Section 3.2.2.4, makes its single-source determination based upon the existence of only one source that can fulfill the market survey s requirements of i) a demonstrated ability to produce the RVR, IAW Spec FAA-E-2272B SCN #2; ii) having a fully operational production line capable of producing RVR within four months after contract award, and iii) being able to produce two systems per month. Satisfying these requirements avoids disrupting NAS flight operations. 5. Reasons for Single Source The FAA conducted a Market Survey/Request for Information (RFI) to determine the capability of industry to produce a PC-based Runway Visual Range (PC-RVR) system used for navigational purposes. The Market Survey was posted from October 20, 2014 through November 19, 2014 on the Federal Aviation Administration Contract Opportunities (FAACO) website using solicitation reference #18320. The Market Survey yielded three potential vendors, one of which is the incumbent. Analysis of provided vendor information and FAA communications and meetings with the three vendors revealed that only Vaisala has a navigational RVR product which is responsive to the FAA criteria listed in the Market Survey and which can be available for production without extensive effort by vendors to submit a first article for testing and approval. Vaisala has demonstrated its capability and production capacity under a previous competitively awarded contract which included the designing, building, and successful acceptance by the FAA of a first article PC-based RVR system and the subsequent delivery of 97 complete PC-based RVR systems, additional sensors, and spare parts. Of the two other responding vendors, both required significant design and build efforts in excess of the production time requirement of the FAA s market survey criteria. Only Vaisala demonstrated that it possesses the manufacturing documentation to meet technical system conformance, special test equipment and tools, manufacturing personnel, and production floor space to initiate production activities within days after receiving an award, ensuring a production line capable of producing two systems per month beginning four months after award as required in the market survey. Based upon the market response, the FAA determined that purchase of the PC-RVR system from a single source, Vaisala, is necessary to maintain timely production quantities of the system and maintain the technical integrity of the NAS. The FAA needs to establish and sustain RVR systems in the NAS to continue supporting CAT I through III approaches. 6. Questions A competitive SIR is not available for dissemination. Any questions about this announcement must be submitted to Ms. Trenescia Cowans at Trenescia.Cowans@faa.gov no later than December 21, 2015, 2 PM EST. 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/23195 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-16-R-00004/listing.html)
- Record
- SN03971185-W 20151218/151216234538-dec4e4bebfc88b734c88f4f6597a399a (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 |