SOURCES SOUGHT
59 -- Klystron Tubes, NSN 5960-01-464-9605, Evaluation and Repair Services
- Notice Date
- 2/2/2024 11:31:05 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-24-MS-00006
- Response Due
- 2/16/2024 12:00:00 PM
- Archive Date
- 03/02/2024
- Point of Contact
- Connie Houpt
- E-Mail Address
-
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
- Description
- The FAA has a continuing requirement for Evaluation and Repair Services required to support and maintain Klystron Tubes, NSN 5960-01-464-9605, in support of Federal Aviation Administration Airport Surveillance Radar (ASR-9). The Airport Surveillance Radar (ASR) is an aircraft detection system used to increase the safety of the National Airspace System (NAS). Besides aircraft detection, the ASR also provides weather detection for the terminal aircraft approaches. The ASR uses Klystron Tubes to provide final RF power amplification; they are essential for the operation of the radar.� This repair support is only known to be available from Communications & Power Industries, LLC (CPI), Palo Alto, CA, as they hold the proprietary data rights and repair specifications.� The FAA does not have rights in specifications or drawings to allow other sources to manufacture or repair these items. The rights to all proprietary information necessary to conduct manufacture, repair, and test of these assets are owned by Communications & Power Industries, LLC (CPI). Interested vendors must have access to the original equipment manufacturer's (OEM) specifications and drawings.� Potential sources must provide documentation to the FAA showing proof of rights to use the data from the OEM.� Statements that data will be obtained or that specifications or drawings will be developed are not acceptable.� Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA.� Interested parties who can comply with and meet all the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. The responses will be used to develop the source list for this requirement. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor�s expense. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses capable of providing the services outlined in the draft Statement of Work. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service- disabled veteran-owned small businesses or 8(a) certified firms. The NAICS CODE for this requirement will be 811210 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a Small Business Size Standard of $12.5M. The FAA intends to review all response submittals to establish the acquisition strategy for this requirement. To make this determination the FAA requires the following from interested vendors: Capability Statement: Provide documentation to the FAA showing proof for rights to use the data from the OEM. Clearly demonstrate that the interested vendor is qualified and capable of providing the required services Identify type of services provided by your firm, Identify size and type of services provided by previous contracts (elaborate and provide detailed information and past performance), Provide a copy of ISO 9001:2015 certification. Provide a point of contact number and name (either by phone, email or both) for questions. *Proof of Entity Registration in the System for Award Management (https://SAM.gov) A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable. *Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) �By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� Please respond by submitting complete capability statement by email to: connie.m.houpt@faa.gov. All responses to this market survey must be received by February 16, 2024, 2:00 pm CT marked as �6973GH-24-MS-00006 ASR9 Klystron Market Survey response�. ""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
-
SAM.gov Permalink
(https://sam.gov/opp/b95df2f5943d4e8a922d07c5d1f95c89/view)
- Record
- SN06954133-F 20240204/240202230045 (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 |