Standard Terminal Automation Replacement System (STARS) Repair Service
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Feb 01, 2022 08:18 am CST
- Original Published Date: Aug 05, 2021 09:24 am CDT
- Updated Response Date: Feb 08, 2022 03:00 pm CST
- Original Response Date: Aug 20, 2021 03:00 pm CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Sep 19, 2021
- Original Inactive Date: Sep 04, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
Market Survey/Request for Information on Standard Terminal Automation Replacement System (STARS) Repair Service
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a Market Survey/Request for Information to improve the Government’s understanding of the current marketplace and to identify qualified and capable sources. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements in the attached description. 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 solicitation for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB) or Small Business, full and open competition, or single source procurement. Any interested sources may respond to this market survey. The information identified from this market survey may result in a restricted Screening Process when the RFP is issued. All decisions will be made based on the information provided by vendors responding to this market survey. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only.
The FAA has a continuing requirement for repair services in support of the STARS system for approximately 200 unique Line Replaceable Unit (LRUs). The STARS LRU after repair must operate properly within a STARS operational system, such that the STARS is fully functional and is capable of being certified for the control of Air Traffic. The proposed effort is for a base year with option provisions to renew for nine additional one-year periods. These repair services are only known to be available from Raytheon Co., Marlborough, MA because they hold the data rights and repair specifications.
The FAA does not have rights in specifications or drawings to allow other sources to repair these items. The contractor must have access to the original equipment manufacturer's (OEM) specifications and drawings. Potential sources must provide documentation to the FAA showing proof for 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 of the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer.
The NAICS CODE for this requirement will be 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a Small Business Size Standard of 1,250 employees.
Responses to this market survey may also be used to determine if there is adequate competition to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition or single source.
All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor’s Market Survey/Request for Information submissions will be solely at the interested vendor’s expense.
All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://beta.sam.gov (or by access through http://fast.faa.gov). Please note that documents downloaded from sites other than the FAA’s Contracting Opportunities Homepage may not be the latest documents.
RESPONSE TO THIS MARKET SURVEY:
Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA.
Interested sources should provide evidence of qualifications/capabilities available to provide experienced qualified management and technical personnel to conduct the required services per the Capability Statement below.
Capability Statement: provide documentation to the FAA showing proof for rights to use the data from the OEM. The documentation must clearly demonstrate that the interested vendor is qualified and capable of providing the required services. The format of the documentation is at the discretion of the vendor.
All response submittals (one response per company) are to be provided with a cover letter on company letterhead. Responses must be received no later than 3:00 P.M, local time 20 Aug 2021. Market survey responses received after the time and date specified may be determined to be late and may not be considered.
The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email address: kevin.gramling@faa.gov. Responses should be submitted in a portable document format (i.e. .pdf file); however, Microsoft Word is acceptable.
Point of contact is Kevin Gramling, Contract Specialist, at e-mail kevin.gramling@faa.gov
or telephone (405) 954-3123.
NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 System for Award Managment (Jul 2018). Award cannot be made to a vendor that has not accomplished this registration. See paragraph (d) of the clause below:
***(d) If the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror.
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
- OKLAHOMA CITY , OK 73125
- USA
Primary Point of Contact
- Kevin Gramling
- kevin.gramling@faa.gov
- Phone Number 405-954-3123
Secondary Point of Contact
History
- Feb 01, 2022 10:55 pm CSTSources Sought (Updated)
- Feb 01, 2022 08:18 am CSTSources Sought (Updated)
- Sep 04, 2021 10:56 pm CDTSources Sought (Original)