SOURCES SOUGHT
59 -- IFMR Intermediate Frequency Monopulse Receiver
- Notice Date
- 6/18/2020 9:54:00 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 693KA7 ENROUTE & TERMINAL CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- 693ka7-AAQ-210
- Response Due
- 7/17/2020 1:00:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- Craig Mayo, Phone: 202 267-0773
- E-Mail Address
-
craig.mayo@faa.gov
(craig.mayo@faa.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- � MARKET SURVEY ANNOUNCEMENT ������������� IF (Intermediate Frequency) Monopulse Receiver Line Replaceable Unit (LRU) �������� Used in the ��������� Mode Select Beacon System (Mode S) 1.� Introduction/Purpose The Federal Aviation Administration (FAA) is conducting a Market Survey to assess industry interest in the subject requirement and to identify qualified and capable sources. Specifically, this market survey applies to the Intermediate Frequency (IF) Monopulse Receiver. The Mode S Beacon System is a combined secondary surveillance radar (beacon) and ground-air-ground data link system.� Mode S provides positional information and minimizes interference.� Mode S provides the medium for a digital data link which can be used to exchange information between aircraft and various air traffic control functions and weather databases. The Mode S uses monopulse detection which requires antenna inputs Sigma and Delta antenna channels for monopulse angle detection and an Omega channel for sidelobe suppression.� A RF (Radio Frequency) Receiver within the Mode S receives the Sigma and Delta antenna channels and contains a 90� hybrid coupler to produce two 60 MHz IF signals.� The two IF signals known as A and B have a phase difference that corresponds to the amplitude ratio between the Sigma and Delta antenna channels.� The RF Receiver also receives the antenna Omega channel to produce a 60 MHz Omega IF signal. The IF Monopulse Receiver receives the A, B, and Omega IF signals from the RF Receiver.� The IF Monopulse Receiver produces a video signal that corresponds to the phase difference between A and B and logarithmic amplified video signals that correspond to the Sigma, Delta, and Omega signals. The Government requires a replacement of the IF Monopulse Receiver LRU. �The attached Mode S IF Monopulse Receiver LRU Replacement Requirements Specification, provided as Attachment 1, describes the IF Monopulse Receiver. Westinghouse--the Original Equipment Manufacturer (OEM)�originally designed, developed, and manufactured the IF Monopulse Receiver, which was procured by the FAA when the Mode S systems were initially fielded. The intent of this market survey is to identify companies that possess the capabilities to meet Government requirements to design and manufacture form, fit, and functional replacements for the IF Monopulse Receiver. �Qualified vendors will need to have the capability to furnish all required labor, plant, materials, fixtures, equipment, tools, test equipment, technical data/expertise, and all other facilities necessary in support of their product that fully comply with Government specifications; and qualifications/capabilities to provide experienced qualified management and technical personnel to manufacture form, fit, and functional replacements for the IF Monopulse Receiver.� 2.� Nature of Competition In accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1, the FAA is conducting a market survey to determine the capabilities of the market.� The acquisition strategy for this procurement has not been determined at this time; however, if the FAA makes the determination to proceed with an acquisition, either a set-aside, unrestricted competition, or single source strategy may be chosen. In order to make this determination, the FAA is requiring interested vendors to explain and describe their capabilities and recent past experience in performing specific tasks as described in the attached Statement of Work (SOW) and contract deliverables associated with the tasks. Vendors are hereby advised that: This is not a Screening Information Request or Request for Proposals 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; Any costs associated with the market survey submittal is solely at the interested vendor�s expense; and Any proprietary information submitted in response to this market survey must be clearly identified and appropriately marked. 3. North American Industry Classification System (NAICS) Code The applicable NAICS code for this procurement is 334511 Air Traffic Control Radar Systems and Equipment Manufacturing.� The size standard for this NAICS code is 1250 employees. 4. Questions and Comments Questions or comments regarding this announcement must also be emailed to Craig Mayo at Craig.Mayo@faa.gov . �Please use the Market Survey Comments and Questions Matrix (Attachment 12) to submit all questions and comments on the Market Survey. Questions are due no later than 4:00 PM, local time on June 29, 2020. Any questions received and responses provided will be posted on the beta SAM website.� It is the responsibility of the interested vendor to monitor the site for applicable questions and responses that the FAA will post. � You are encouraged to submit nonproprietary information to the greatest extent possible; however, if you do submit proprietary information, please clearly mark all proprietary information included in the responses as such. 5.� Submittal Requirements for Market Survey The SOW is intended to provide enough information for prospective companies/vendors to decide whether or not they are capable of providing IF Monopulse Receivers that meet the Mode S system�s requirements. In order to make this determination, the FAA requires that all interested respondents provide a Capability Statement that addresses the following (in order):� Provide a detailed description of the design concept for a form, fit, and function equivalent of the IF Monopulse Receiver. Provide a detailed description of the manufacture and assembly concept for the IF Monopulse Receiver. Provide a detailed description of the long-term repair support approach for the IF Monopulse Receiver. Provide a description of the approach used to formulating design requirements and testing methodology for RF and IF receivers. Provide a description of the technical expertise and other resources available to support the design, manufacturing, and testing for RF and IF receivers. Provide a description of the capability and experience providing repair support. What is the Quality Assurance Plan in use by the offeror?� Provide a current Proof of Quality of Assurance Certificate applicable to ISO 9001 held by the company any proposed subcontractors that will engage in manufacturing. Provide a minimum of two (2) programs, where the offeror was the prime contractor or a subcontractor and played a significant role, that demonstrate the ability to develop and manufacture the IF Monopulse Receiver.� The Offeror must identify programs with characteristics strongly similar to the IF Monopulse Receiver including dollar value, scope and type of development effort.� Describe the characteristics of each program that make it relevant for comparison with IF Monopulse Receiver.� If fewer than two contracts are available with similar characteristics to the IF Monopulse Receiver, submit the available contracts that most closely meet the IF Monopulse Receiver characteristics.� Provide customer name, type of receiver, quantities manufactured, and period of performance. Describe any other pertinent experience performing under Government contracts and/or FAA contracts. Describe the nature of such experience and identify the Government/FAA program name, contract number, and period of performance. Provide a list of all contracts terminated (partial or complete) within the past three (3) years, and the basis for termination (convenience or default).� Provide information pertaining to any major de-scoping actions (50% or more of the work) occurring within the past three (3) years.� Include the contract number, contract type, nature of work, original contract value, identification of major subcontractors, and the name, address, and telephone number of the Government or industry Termination Contracting Officer. Provide an all-inclusive Rough Order of Magnitude (ROM) cost estimate to develop and provide one to two prototype IF Monopulse Receivers.� ROM will be used for Government planning purposes only. Provide a ROM cost estimate per unit for a First Article quantity of 5, and for Production quantities of 1 to 300 units.� Identify quantity discounts ranging from 1 to 300 units.� ROM will be used for Government planning purposes only. Provide a ROM cost estimate to create a Repair Plan.� The plan consists of how the Contractor intends to perform failure analysis, repair of failed units, verification of restoration to a serviceable operating condition, repair cost and time estimates, and components on-hand for long lead items. �ROM will be used for Government planning purposes only.� The Repair Plan must include a test fixture used by the Government to diagnose whether an IF Monopulse Receiver has failed. Provide a ROM cost estimate per unit to provide diagnostics and repair the IF Monopulse Receiver. �Cost estimates must include analysis and part replacement.� Identify quantity discounts ranging from 1 to 10 units repair per year.� ROM will be used for Government planning purposes only. Identify any warranty policies and extended warranty programs offered. Identify if any background inventions are anticipated by the vendor and any other party for the IF Monopulse Receiver that may affect the Government�s ability to support the IF Monopulse Receiver. Complete and sign Business Declaration Form (Attachment 11) with descriptive information regarding the business status of the vendor. For all responding small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses that have been certified by the Small Business Administration (SBA), provide copies of SBA certification, if applicable. 6.� Delivery of Submittals The electronic response submitted by interested companies should address all items as referenced in Section 5 and should be in a Portable Document Format (PDF) or Microsoft Word format. All responses (one response per company) are to be provided on company letterhead. The submission should not exceed twenty (20) pages in length and the pages should be single-sided. The Business Declaration Form, Small Business Certification letters, Quality Assurance Certificate(s) and any applicable illustrations are NOT included as part of the 20 double-spaced, single-sided pages. Further questions and comments on the Market Survey are not considered part of the response submission page limit. Page size must be 8-1/2 by 11 inches with one (1) inch margins. The text font must be in Times New Roman twelve (12) point.� Please note that the FAA email server restricts file sizes to 10 MB per email. Larger files must be submitted in more than one email. A completed FAA Business Declaration (Attachment 11) form must be submitted in *.pdf format. The FAA will not release or distribute any of the information contained in the Market Survey responses. Market Survey responses must be submitted via email to Craig.Mayo@faa.gov by 4:00PM EST on July 17, 2020. �The Market Survey response must also include a Company Point(s) of Contact (POC), telephone number(s), email and mailing addresses. Please find the following schedule with applicable due dates for each phase of the Market Survey: June 18, 2020 � Market Survey Release June 29, 2020 by 4:00PM EST � Vendors to provide Comments and/or Questions to FAA July 10, 2020 by 4:00PM EST � FAA posts non-proprietary responses to Vendor Comments and/or Questions on the beta SAM website Market Survey # 693ka7-AAQ-210 July 17, 2020 by 4:00PM EST � Vendor to submit Market Survey Response with completed Business Declaration form The FAA Points of Contact for this market survey are Craig Mayo. All communication must be directed by email only to the aforementioned individuals at Craig.Mayo@faa.gov. 7.� Other Responses submitted should conform to ALL parameters defined by the Statement of Work and Specification documentation furnished herein. Vendors should not plan for the use of salvaged components in the production of this commodity. ONLY new, like new, or remanufactured items fully conforming to Original Equipment Manufacturer (OEM) specifications will be accepted by the Government. Vendor responses will not be returned and shall remain the property of the FAA. Vendors will not be notified of the results of this Market Survey. For questions and requests for additional information regarding this Market Survey contact Craig Mayo via email. 8.� Attachments Mode S IF Monopulse Receiver LRU Replacement Requirements Current IF Monopulse Receiver Diagrams and Schematics Video Processor Monitor Diagrams and Schematics RF Receiver Diagrams and Schematics RFTTG Diagrams and Schematics Current IF Monopulse Receiver Alignment Procedures FAA-E-2716 Mode S Specification FAA-G-2100H FAA Electronic Equipment General Requirements Specification MIL-STD-461F DOD Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment ICAO Annex 10 Volume Business Declaration Form Market Survey Question and Comment Matrix
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad34f247e28e4153af35c1d0688c73fe/view)
- Place of Performance
- Address: Washington, DC 20591, USA
- Zip Code: 20591
- Country: USA
- Zip Code: 20591
- Record
- SN05696332-F 20200620/200618230204 (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 |