Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2023 SAM #7834
SOLICITATION NOTICE

58 -- Market Survey Capability Assessment for a Radio Frequency Generators for testing Identification, Friend or Foe (IFF) Systems in high-density signal environments

Notice Date
5/8/2023 9:35:41 AM
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
692M15 ACQUISITION & GRANTS, AAQ600 ATLANTIC CITY NJ 08405 USA
 
ZIP Code
08405
 
Solicitation Number
CT2300313A3
 
Response Due
5/12/2023 2:00:00 PM
 
Point of Contact
Paul Rosengrant, Phone: 6094854435, Andy Montesinos CTR, Phone: 6094855152
 
E-Mail Address
paul.r.rosengrant@faa.gov, Andy.CTR.Montesinos@faa.gov
(paul.r.rosengrant@faa.gov, Andy.CTR.Montesinos@faa.gov)
 
Description
1. Introduction/Purpose The Federal Aviation Administration�s (FAA), Satellite Navigation Branch (ANG-E54) has a requirement for Radio Frequency Generator for testing Identification, Friend or Foe (IFF) Systems in high-density signal environments. This equipment is required at the William J. Hughes Technical Center located in Atlantic City, New Jersey. 2.� Nature of Competition The acquisition strategy for the procurement has not been determined at this time. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to develop the Source List to be used when the Request for Offers for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for eligible Socially and Economically Disadvantaged Businesses certified by the SBA for participation in the SBA's 8(a) program, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) small businesses, Small Disadvantaged Businesses (SDB), SBA certified Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), or Small Business concerns; or unrestricted competition; or justification of single source. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1.� 3. Standard Language Interested entities are reminded that � (a) This is not a Screening Information Request (SIR), Request for Proposal, or Request for Offer of any kind; (b) The FAA is not seeking or accepting unsolicited proposals; (c) The FAA will not pay for any information received or costs incurred in preparing the response to this submission request; and (d) Any costs associated with this request is solely at the interested entity's expense. 4. North American Industry Classification System (NAICS) Code The NAICS code for this requirement is 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) with a size standard of 1,250 Employees. 5. Submission Requirements Interested entities are requested to submit the following: 1) Respondent must provide written documentation that demonstrates its ability to meet the minimum requirements listed in the attached FAA Technical Specifications Sheet. Responses MUST demonstrate that any interested entity can meet or exceed ALL of the EXACT specifications listed in the attached FAA Technical Specifications Sheet. Responses for alternative products or any product that does not clearly meet the Government defined minimum specifications will not be considered. 2) Respondents must indicate their size status and provide supporting documentation of 8(a) program, SDVOSB, HUBZone, SDB, WOSB, or EDWOSB status, if applicable. 3) Respondents must indicate if they can satisfy this requirement utilizing an existing contract vehicle (i.e. GSA). If so, please provide contract information and appropriate point of contact. The total page limitation for the Capability Statement is five pages � font size 12, one-inch margins, single-spaced.� Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the respondent.� Any restrictions imposed by respondent on the use or disclosure of the submission content must be clearly marked on the title pages and the individual pages, as necessary. Such information will not be disclosed outside of the acquisition team. 6. Response Requirements All responses must be sent via email to the Primary POC Paul.R.Rosengrant@faa.gov and Secondary POC Andy.CTR.Montesinos@faa.gov. Responses must be received no later than 5:00 PM (EST) on May 12, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0277d72bb11a4c13964d138d8ba38754/view)
 
Place of Performance
Address: Atlantic City, NJ 08405, USA
Zip Code: 08405
Country: USA
 
Record
SN06675245-F 20230510/230509121208 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.