This document is Amendment 0001 to Solicitation Number 6973GH-25-R-00145, an RFP issued by the FAA Aeronautical Center. The primary purpose of this amendment is to update the NAICS Code on the front page of the Solicitation for Offers (SIR). The offer due date remains unchanged as October 1, 2025, at 1500 CT. All other terms and conditions of the original solicitation remain in full force and effect. Offers should be submitted electronically to Samantha.A.Pearce@faa.gov and must include complete solicitation documents, price information, and representations and certifications in accordance with SAM. Supporting documentation for offer prices may be requested.
Amendment 0002 to Solicitation 6973GH-25-R-00145 modifies the acquisition competition from Total Small Business to Unrestricted, allowing both small and large businesses to submit proposals. It removes specific clauses related to "ITEM FORM, FIT AND FUNCTION," "NOTICE OF SET-ASIDE OR NONCOMPETITIVE AWARD TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS," and "CONVICT LABOR." The proposal closing date is extended to November 21, 2025, at 1700 CST. Proposals must be submitted electronically to Samantha.A.Pearce@faa.gov and include specific volumes for contract documentation/cost/price and technical proposals. Evaluation factors include "Understanding the Requirement" and "Past Performance," with strict criteria for acceptance. All other terms and conditions remain unchanged.
Amendment 0003 to Solicitation 6973GH-25-R-00145, issued by the FAA Aeronautical Center, extends the proposal closing date from November 21, 2025, to December 5, 2025, at 5:00 PM CDT. This amendment incorporates an updated Schedule B - SPD Bid Sheet to include pricing for option years. Offerors must acknowledge this amendment and submit proposals electronically to Samantha.A.Pearce@faa.gov. Proposals must include a Contract Documentation/Cost/Price Proposal (Volume I) and a Technical Proposal (Volume II). The Technical Proposal requires narratives demonstrating an understanding of the requirement (Factor 1) and past performance (Factor 2) with at least three projects valued at $2,000,000 or more within the last three years. The award will be based on the Lowest Price - Technically Acceptable Offeror.
The FAA-STD-019G, Section 5.7, outlines comprehensive requirements for Surge Protective Devices (SPDs) in power distribution equipment. These specifications cover application listing (UL 1449), integral unit mounting, enclosure ratings (NEMA type-12 or type-4), and accessible, hinged door hardware. Key accessories include indicator lamps with a 50,000-hour service life and sealed power entry points, prohibiting internal potting material for accessibility. Operational requirements dictate a Maximum Continuous Operating Voltage (MCOV) at least 10% above nominal system voltage, leakage current below 1 mA, and a Clamping Discharge Voltage (CDV) that does not change by more than 10% over the SPD's lifetime. Other critical parameters include overshoot voltage limits, self-restoring capability, defined operating lifetimes, and overcurrent protection. The document also details SPD equipment performance data, including surge current levels (Table 12), slope resistance (Table 13), and voltage protection ratings (Table 14), ensuring device coordination and protection across various system voltages and locations. Device failure modes are defined by changes in clamping, RMS, and DC voltages exceeding 10%.
The "Organizational Experience Questionnaire (OEQ)" (SIR ATTACHMENT J.3, 6973GH-25-R-00145) is a critical document for the Surge Protection Devices Procurement. Contractors must complete this form, providing detailed organizational experience. The questionnaire requires information such as contractor name and address, contract/task order/purchase order number and dollar value, and the status and completion date of the project. Additionally, contractors must provide the project title, location, a detailed description of their role and responsibilities, and contact information for the project owner or manager. This form is essential for evaluating a contractor's past performance and suitability for the procurement, ensuring transparency and accountability in the selection process.
This government file outlines the mandatory preservation, packaging, packing, marking, and labeling requirements for items, particularly for federal government RFPs, grants, and state/local RFPs. It emphasizes compliance with various standards, including ANSI-ESD S20.20 for Electro-Static Discharge (ESD) sensitive items, IATA Dangerous Goods Regulations or IMDG Code, and CFR Title 29, 40, and 49 for hazardous materials. All items must be individually packaged to ASTM D3951-15 minimums. Marking must adhere to MIL-STD-129R, including specific barcode and identification marking. Non-compliant items may be returned at no cost to the government, or the FAA may repackage and deduct costs. FAA items for repair must be returned in original or equivalent reusable containers. Fabrication of spools, reels, and coils must comply with NEMA STANDARD WC 26-2008, MIL-DTL-12000K, and MIL-STD-129R. Asset barcodes must conform to GS1 US Global Individual Asset Identifier (GIAI) standard. The document also provides sources for obtaining copies of all referenced standards.
The document is an SPD (Surge Protective Device) BID SHEET, likely part of a federal government RFP or grant, detailing various surge protector configurations for different electrical systems. The bid sheet lists specific CLIN (Contract Line Item Number) items, each corresponding to a unique SPD for main service disconnects. These SPDs are categorized by their voltage (120/240V, 208Y/120V, 480Y/277V, 480V), phase configuration (1PH, 3PH WYE, 3PH DELTA), wire count (3W+G, 4W+G), and the number of Strikesorbs (3 or 4). Each item also includes an existing part number and a mode of protection, such as L1-G, L2-G, L3-G, and N-G, indicating the protected lines. The document specifies a Fixed-Price (FFP) contract type, a unit of
This government solicitation, 6973GH-25-R-00145, issued by the FAA Logistics Center, is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Surge Protection Devices (SPDs). The contractor will provide necessary materials and services for the acquisition, fabrication, assembly, packaging, and delivery of SPDs. Key aspects include a base year and four option years for SPD procurement, with delivery required 90 days after order receipt. The contract emphasizes compatibility (form, fit, and function), adherence to packaging specifications (Attachment J.3), and destination inspection and acceptance. It also outlines procedures for emergency situations at the Mike Monroney Aeronautical Center (MMAC), electronic commerce and signature requirements (SHA-256 or higher), and prohibitions on using Kaspersky Lab and ByteDance (TikTok) covered articles. General contract clauses cover topics such as payments, small business utilization, Buy American Act compliance, and contractor performance assessment (CPARS). Offerors must be registered in the System for Award Management (SAM) database.
The Federal Aviation Administration (FAA) requires the procurement of Surge Protective Devices (SPDs) to replace obsolete and improperly installed units within the National Airspace System (NAS). This project, managed by AJW-L, aims to optimize SPD installations, focusing on hazardous sites. The solicited SPDs must meet FAA-STD-019G Section 5.7 requirements, including a 200 KA single-strike peak current rating, 0.999 availability, and a 9-week delivery time. The scope includes providing specific FAA-approved equipment (e.g., RayCap/Rayvoss models) or approved equivalents with similar features. Submittals must include equipment specifications, laboratory test data, delivery lead time, and manufacturer warranties. Deliveries are to Operating Stock in Oklahoma City, OK, or a specified address.