Skip to main content

An official website of the United States government

You have 2 new alerts

SOLICIATION FOR REDISIGN AND LIMITED PRODUCTION OF AIRPORT SURVEILLANCE RADAR MODEL 9 (ASR-9) POWER SUPPLY UNITS

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: Solicitation (Updated)
  • Updated Published Date: Oct 27, 2022 04:56 pm EDT
  • Original Published Date: Aug 03, 2022 05:38 pm EDT
  • Updated Date Offers Due: Oct 31, 2022 05:00 pm EDT
  • Original Date Offers Due: Aug 31, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 15, 2022
  • Original Inactive Date: Sep 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5840 - RADAR EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:

Description

UPDATE 03

Released 10/27/2022

Question 1: "Can you please confirm in which section of our submittal you would like to have the pricing in.  In Section L, it does not clearly state where you would like the pricing information to be contained."

FAA RESPONSE: SIR document, Section B. Blank spaces were provided in this section for this purpose. As a result of this question, a statement was added to SIR Section L, paragraph L1.1, to provide clarification. See 6973GH-22-R-00168-02 attached.

The offer due date remains unchanged as a result of this announcement update. 

(end of update)

________________________________________________________________________________________________________

UPDATE 02

Released 9/19/2022

The purpose of this update is to provide Q&A recieved. 

QUESTION 1: "Would you be able to provide pictures of the unit, inside and out?"

FAA RESPONSE: The FAA cannot release any photos or drawings of the existing units outside of what was provided in the Requirement Documents.

QUESTION 2. "In the SOW, the weight specifically states that “Weight is to be no more than 40 pounds.” Is this weight of no more than 40 pounds including the UPS containing the battery? Please provide some clarification if you may."

FAA RESPONSE: ”No single LRU must weigh more than 40 pounds.  The chassis (unpopulated) and battery must be designed with appropriate handles for a two-person lift if its weight, given access limitations, exceeds that specified in the standards above.” Generally, an UPS would be considered a separate LRU, but that is ultimately dependent on the design and repair/maintenance for the assembly. As mentioned, if the final product weighs more than 40 lbs., considerations must be made for lifting the assembly.

QUESTION 3. "For the proposal, will the Contractor maintain the IP for these redesigns. Or is the FAA looking to have full ownership of the IP?"

FAA RESPONSE: FAA requires full ownership of IP and unlimited data rights of all deliverables.

The offer due date remains unchanged as a result of this announcement update. 

(end of update)

________________________________________________________________________________________________________

UPDATE 01

Released: 8/17/2022

The offer due date is hereby extended to 31 October, 2022. 

See 6973GH-22-R-00168-01 attached. 

(end of update)

____________________________________________________________________________________________________

The Federal Aviation Administration is seeking proposals via Screening Information Request (SIR) for the redesign and limited manufacturing of Multi-Voltage Power Supply (MVPS) for the ASR-9 Radar System.

This is an open and unrestricted competition. Offerors must be registered in System for Award Management (SAM) and possess no active exclusions therein to be eligible for award. Further award eligibility requirements are contained in the terms and conditions of the SIR. This requirement is subject to the FAA's full data rights, without any exception, for all deliverables under this contract. 

The contractor must furnish all labor, facilities, equipment, and materials to produce a functional replacement for the ASR-9 ASR-9 Target Receiver Multivoltage Power Supply Requirements (RXPS) and Weather SCIP Multivoltage Power Supply Requirements (WXPS) for the Federal Aviation Administration (FAA) as outlined in the attached Statement of Work (SOW). The specific quantities of replacement units includes the following:

Two (2) prototype RXPS Replacements
Two (2) prototype WXPS Replacements

Two (2) First Article Units of the RXPS Replacement
Two (2) First Article Units of the WXPS Replacement

Three Hundred Thirty (330) RXPS Replacement Production Units
One Hundred Sixty-Five (165) WXPS Replacement Production Units

The FAA intends to award one (1) Firm Fixed Price contract to the lowest price technically acceptable (LPTA) offeror otherwise eligible for award. See delivery schedule of deliverables in the attached statement of work.  

See Section M of the SIR for full Instructions to Offerors. See Section L of the SIR to see how proposals will be evaluated.

All documents attached to this announcement are considered by the FAA to be in final format at this time. Questions about the SIR, or requirement documents should be sent via email to the POC of this announcement no less than one week prior to the closing date to allow the FAA adequate time to provide adequate response.  

All amendments to this SIR will be posted to this announcement on System for Award Management website (SAM.gov). Contractors are cautioned to check the website periodically for amendments and updates. A solicitation mailing list will not be compiled, and amendments will not be sent out in paper copy or via direct email. SAM.gov is the official website for this announcement.

Offerors are encouraged to carefully review the instructions to offerors on how to respond to this announcement located in Section M of the SIR document, and how proposals will be evaluated in Section L of the SIR document.

Offerors are cautioned that there are items in Section K of the SIR document that require attention. Do not inadvertently omit this.

The FAA reserves the right to cancel this solicitation at any time, for any reason, and without notice. Any costs incurred developing a proposal, attending a site visit, or otherwise responding to this announcement is at the risk of the offeror. 

Award Management System (AMS) is the governing acquisition regulation for the FAA over FAR. You can learn more about the FAA’s procurement policies, procedures, and guidance at the following website:

https://fast.faa.gov/PPG_Procurement.cfm

Contact Information

Contracting Office Address

  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA

Primary Point of Contact

Secondary Point of Contact





History