SOURCES SOUGHT
59 -- MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
- Notice Date
- 3/27/2025 12:33:46 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-MS-00004
- Response Due
- 5/28/2025 12:00:00 PM
- Archive Date
- 06/12/2025
- 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 NSN 5960-01-520-3540 Transmit-Receive (TR) Limiters, also known as Receiver Protectors, are used in the microwave section of the ASR-9 system, and it provides protection of the Receiver from high power radio frequency (RF) energy from the Transmitter. The part number to be repaired/refurbishing under NSN 5960-01-520-3540 is: Part Number Manufacturer VDS-1706 Communications & Power Industries, Beverly Microwave Division This repair support is currently being provided by Communications & Power Industries, LLC (CPI), Palo Alto, CA. The FAA has determined it necessary to approve an alternate source of repair for these Limiters to increase overall throughput to adequately support demand and prevent backorders. Repairs shall be accomplished in accordance with the DRAFT Statement of Work and drawings T364A75, 645A861 and PDSS22933, attached. First article testing will be a requirement of any subsequent contract. 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. The NAICS CODE for this requirement will be 811210 -- Electronic and Precision Equipment Repair and Maintenance, with a Small Business Size Standard of $34M. 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: Demonstrate that vendor has experience working with RF equipment, waveguides, electron tubes, and transmit-receive limiters, Provide license to prove that vendor has access to the facilities needed to handle radioactive gas, Clearly demonstrate that the interested vendor is qualified and capable of providing the required services (Sending the unit to the OEM for repair will not be considered an acceptable response), Identify type of services provided by vendor�s 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 May 28, 2025, 2:00 pm CT marked as �6973GH-25-MS-00004 ASR9 TR Limiter Repair 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/a9af211c4b9843f994ab8fc1aee3c476/view)
- Record
- SN07389674-F 20250329/250327230054 (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 |