SOURCES SOUGHT
99 -- WAAS Third-Generation (G-III) Reference Receiver Production and Support
- Notice Date
- 5/26/2022 10:03:12 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- AAQ340G3
- Response Due
- 6/17/2022 2:00:00 PM
- Point of Contact
- Haben Woldemichael, Phone: 2022675984
- E-Mail Address
-
Haben.Woldemichael@faa.gov
(Haben.Woldemichael@faa.gov)
- Description
- Title WAAS Third-Generation (G-III) Reference Receiver Production and Support Type Sources Sought Date Posted 5/26/2022 Date / Time Closed 6/17/2022/ 05:00 PM (local) Solicitation / Contract # Contact Name / Organization Haben Woldemichael/ AAQ-340 Region Issuing Office WA - FAA Headquarters (Washington, DC) Phone / Email 202-267-5984 / Haben.Woldemichael@faa.gov Details Set-Aside n/a NAICS Code 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Classification Code 58 � Communication, detection, & coherent radiation equipment Procurement Method Complex Noncommercial Region(s) of Performance Nationwide Introduction/Purpose This is a Sources Sought posted in accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS), Section 3.2.1.2.1. This notice is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. A SIR/Request for Proposal may be made under a separate announcement in the future. 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 sources sought; and any costs associated with the sources sought submittal are solely at the interested vendor�s expense. This notice shall not be construed as a commitment by the FAA to issue a solicitation or ultimately award a contract, nor does it restrict the FAA to a particular acquisition approach.� Responses to this sources sought are for informational purposes only and submissions are made voluntarily.� Responses will not be returned.� � North American Industry Classification System (NAICS) Code The government has identified the principal North American Industry Classification System (NAICS) code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.� Program Background The purpose of this sources sought is to solicit statements of interest and capabilities from large and small businesses, including Socially and Economically Disadvantaged Business (SEDB) 8(a), �Service-Disabled Veteran-Owned Small Business (SDVOSB), �Historically Underutilized Business Zone (HUBZone) small businesses, �Small Disadvantaged Businesses (SDB), �Women-Owned Small Business (WOSB) firms, an Economically Disadvantaged Women-Owned Small Business (EDWOSB) firms. The FAA will review submissions to assess vendors� capability to providing the supplies outlined in this document, in the timeframe stated in this document.� The responses to this sources sought will help determine the acquisition strategy and whether adequate competition exists to set-aside the competition among small businesses or SEDB 8(a), SDVOSB, HUBZone small businesses, SDB, WOSB, and/or EDWOSB firms. The FAA is assessing the ability of vendors to provide delivery of an estimated minimum 74 NovAtel G-III Receivers (PN: REF-RCVR-G-III-WAAS) for use in WAAS. �For the purpose of this Sources Sought this (74 units) is a notional count of G-III Receivers that may change by a few units once finalized. Currently the only known source for these units is through NovAtel, Inc., Calgary AB, Canada. The anticipated production delivery schedule is all 74 units in the calendar year (CY) 2023. The G-III Receiver is currently used at the Wide-area Reference station (WRS). The GUS receiver is currently used at the ground uplink station (GUS) site; however, these receivers have reached end of life (EOL). WAAS must replace the GUS receivers with the G-III Receivers at the GUS sites during the next segment of the WAAS Dual Frequency Operations (DFO) program phase. The G-III receiver has firmware that supports the GUS signal processing requirements and infrastructure updates. The vendor must build and unit test the ordered G-III receiver units, and must ship them to sites designated by the FAA. Nature of Competition The FAA will use the information gathered from this sources sought for planning purposes and in determining the nature of this potential competition.��� This notice does not require nor commit the FAA to solicit for a future procurement. Submittal Requirements for Sources Sought/Request for Information Manufacturers, other than NovAtel, Inc. interested in responding must submit a Capability Statement addressing the areas itemized below. 1. A brief description of the company's business size, location, and business status, i.e., large, small, women-owned, etc. 2.�� A copy of the vendor's SBA 8(a) Certification Letter, if applicable. 3.�� Justification for an alternate NAICS code, if applicable. 4. ��Parties interested in responding to this Sources Sought request must submit a Capability Statement addressing their ability to meet the anticipated production delivery schedule while identifying any associated risks. 5. ��Describe any legal rights, knowledge, ability, time, or competitive pricing to meet the FAA�s requirements. At the FAA's discretion, respondents may be provided an opportunity to discuss the information contained in their Capability Statements. The FAA, at its discretion, will determine if this opportunity will be offered to all, some, or none of the Respondents. �Respondent participation in any informational session is not a promise of future business with the FAA. All information provided in response to this announcement may be subject to the Freedom of Information Act (FOIA). Respondents must clearly mark any proprietary or sensitive information with appropriate restrictive language. Capability Statements must not exceed 5 pages of type-written text with a print-font size not smaller than 12 points. This page and font size limitation does not include commercial literature which a Respondent may care to submit. Responses containing only company brochures, catalogs, or other types of generic information will not be considered. Along with pertinent point-of-contact (POC) information (Company name, Contact's name, mailing address, email address, and phone number), Capability Statements must be submitted no later than 5:00 PM eastern daylight savings time (EDST), June 17, 2022, via email in Adobe Portable Document Format (pdf) only. Delivery of Submittals Submit all capability statements and/or inquiries to Haben Woldemichael, Contracting Officer, at Haben.Woldemichael@faa.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3ee0d51677c543d3853cfcfa16520891/view)
- Record
- SN06340711-F 20220528/220526230106 (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 |