Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2024 SAM #8381
SOURCES SOUGHT

59 -- Multiple Year Surge Protection Devices Procurement

Notice Date
11/5/2024 8:32:41 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
05112024
 
Response Due
11/22/2024 3:00:00 PM
 
Archive Date
12/07/2024
 
Point of Contact
Samantha Pearce, Phone: 4059547739
 
E-Mail Address
samantha.a.pearce@faa.gov
(samantha.a.pearce@faa.gov)
 
Description
1.� Introduction and Purpose This RFI is for the procurement of surge protection devices (SPD) for warehouse stock to be issued as government furnished equipment (GFE) to projected sites to support the national air space (NAS) system. The purpose of this announcement is to solicit statements of interest and capabilities from interested large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1.� The responses to this RFI will help determine the acquisition strategy and whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or Socially & Economically Disadvantage Business (SEDB/8(a)) certified firms. The information and comments provided from industry will aid in the formation of an acquisition of Surge Protection Devices (SPD). The draft requirements and definitions are identified in the attached specifications. Responses to this market survey will be used for informational purposes only. 2. North American Industry Classification System (NAICS) code(s) and Product Service Code (PSC) NAICS ����������� Size Standard 335999 ����������� 600 Employees PSC 5920 3. Incumbent Contractor (if applicable) Not Applicable 4. Nature of Competition The nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran- owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. This RFI is to obtain information that is to be used by the FAA in choosing the method and type of procurement competition to be used to fulfill this requirement. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA�s 8(a) Program. Each vendor should include the following information along with their submission: 1. Capability Statement - This document should identify: Relevant previous contracts and awards for the NAS based requirement for SPD�s.��(Elaborate: quantities, dollar amounts, and provide detailed information and past performance). Number of years in business. Provide information on pertinent testing to standard related to the needed SPD�s. �Must test and pass a service entrance SPD at 200kA for a single strike to obtain a reliability of .999 to meet NAS essential power requirements. Test should not consist of a series of sequential strikes adding up to 200kA or by empirical calculation. SPD manufacturer must provide test data that passed a maximum peak current of 200kA for an individual single strike (8 x 20) �s to withstand high to extreme high-risk exposure. Manufacturer must meet essential reliability requirement per RMA-HDBK-006C and order JO 6000.36B and meet .999 availability per follow order JO 6000.36B. Manufacturer must meet NAS essential power requirements per FAA-STD-019 requirement for maximum peak amplitude. Testing should be done by �special purpose labs.� SPD�s must provide up to 99.9% protection. *Note: All data is measured per MIL-STD-419.� The range maximum peak values (real data). 2. Clearly state whether you can perform all requirements listed above to required attached specifications. Expected estimated quantities will be for a minimum 500 to maximum 2500 units per year of 33 different variants to support an Indefinite Delivery Indefinite Quantity type (IDIQ) contract. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) Respondents must provide their strategy meeting the requirement within stated parameters. This should include the percentage of work that will be done by eligible small, service- disabled veteran-owned and 8(a) certified businesses. 5. Regions of Performance Various 6. Standard Language THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS.� 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 vendor responses to this market survey. Therefore, any cost associated with a market survey submission is solely at the interested vendor�s expense. 7. Submittal Requirements for Market Survey All responses to this market survey must be received by Friday, November 22, 2024, 5:00 p.m. Central Time.� Please include ""RFI RESPONSE: 05112024 NAS System SPD Procurement� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: Samantha.A.Pearce@faa.gov 8.� Attachments (if applicable) FAA-STD-019F Surge Protective Device Specifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e68a9dbb33244b1bf252bdc1879e692/view)
 
Place of Performance
Address: Oklahoma City, OK 73179, USA
Zip Code: 73179
Country: USA
 
Record
SN07257778-F 20241107/241105230107 (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.