Market Survey/RFI - FAA Mike Monroney Aeronautical Center, OKC - ETVS & STVS Repair Service Contract
ID: 6973GH-25-ETVS_STVSType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE (5825)
Timeline
    Description

    Sources Sought TRANSPORTATION, DEPARTMENT OF is conducting a market survey for a repair service contract for ETVS & STVS systems at the FAA Mike Monroney Aeronautical Center in Oklahoma City. The contract involves providing serviceable spare parts and receiving back reparable parts for the Enhanced Terminal Voice Switch (ETVS) and Small Tower Voice Switch (STVS) systems. Northrop Grumman Systems Corporation is currently believed to be the only available source due to their status as the OEM. The FAA is seeking responses from other fully capable and authorized vendors interested in providing the required service. If no other sources are confirmed, the FAA intends to pursue fulfillment of the requirement with Northrop Grumman Systems Corporation using single source procurement procedures. This announcement is for market research purposes.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    The FAA has a requirement for Procurement Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Com
    Active
    Transportation, Department Of
    Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking interest from small businesses for the procurement of Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Communications Technology carrier monitoring system. The FAA is particularly interested in responses from service-disabled veteran-owned small businesses and 8(a) certified firms. The scope of work includes providing specific part numbers and technical assistance. The installation will take place in Anchorage ARTCC (ZAN) SACOM Facility and Fairbanks ATCT (FAI) TRACON Facility. The NAICS code for this effort is 517410 Satellite Telecommunications, with a size standard of $44 million. Interested vendors should submit a capability statement and other required documents by October 17, 2023.
    National Airspace System (NAS) G/G Protocol Converter (GPC) Draft SIR, Part 1
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to issue a pre-solicitation Screening Information Request (SIR) for the Ground-to-Ground Protocol Converter (GPC) System as part of its Voice over IP Communication Enterprise (VoICE) initiative. This procurement aims to enhance aviation communication systems by converting analog signals to ED-137C compliant Voice over Internet Protocol (VoIP), thereby replacing outdated infrastructure at various FAA facilities. The FAA is seeking industry feedback on the draft SIR, with a deadline for comments set for October 15, 2024, at 3:00 PM EDT. Interested parties can direct their inquiries to Alessha Mason at alessha.m.mason@faa.gov or Michael Tekle at michael.e.tekle@faa.gov, and are encouraged to participate in the upcoming industry day and one-on-one sessions to discuss the project further.
    F16AN_APG68_Dual_Mode_Transmitter_NSN5998013035871_PN785R537G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE F16ANAPG68DualModeTransmitterNSN5998013035871PN785R537G01: The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair and maintenance of the F-16 C/D APG-68 Dual Mode Transmitter. This service is typically used to ensure the proper functioning and compatibility of the transmitter with the F-16 weapon system. The place of performance for this procurement is Carlton Lndg, Oklahoma, United States. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
    Elevator Maintenance Market Research
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting market research to identify potential elevator maintenance vendors interested in providing services for its facilities across the United States. The FAA emphasizes the critical nature of elevator maintenance, as many of its Air Traffic Control Facilities rely on a single elevator, and any malfunction necessitates that Air Traffic Controllers ascend multiple flights of stairs, which can pose significant challenges. Interested vendors are encouraged to submit their company information, including contact details and service areas, to Jennifer J. Davis at jennifer.j.davis@faa.gov, as this initiative aims to gauge interest and capabilities for future solicitations. This opportunity is set aside for small businesses under the SBA guidelines, and while participation does not guarantee a contract, it is a vital step in the procurement process.
    International Standard for VoIP in Air Traffic Control (ATC) Training
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified vendors to provide training on the newly approved international standard for Voice over Internet Protocol (VoIP) in Air Traffic Control (ATC). The procurement involves two five-day training courses for a maximum of 32 attendees at the FAA's Oklahoma City location, with options for four additional courses at various FAA sites, including the William J. Hughes Technical Center and FAA Headquarters. This training is critical for ensuring that personnel are proficient in the latest VoIP technologies and their applications in aeronautical communications, including practical lab sessions using ED-137C emulators. Interested parties should submit a capability statement of no more than five pages to demonstrate their ability to meet the FAA's requirements, with inquiries directed to Alex Athans at alex.athans@faa.gov or Shaun Miles at shaun.miles@faa.gov.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    Constant Velocity (CV) Links & Canvas Cover Clamps
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), intends to award a sole source contract for the procurement of 60 sets of Constant Velocity (CV) Links Pair (Part Number DD08182020CV) and 60 Canvas Cover Clamps (Part Number DD08182022CC) from D&D Design and Manufacturing INC, the sole manufacturer of these parts. This procurement is critical for maintaining the operational integrity of aviation equipment, as these components are essential for vehicle transmission and power train functionality. Interested parties should note that the FAA is not accepting unsolicited proposals and must direct any responses to Joseph Szwec at joseph.s.szwec@faa.gov by 3:00 PM (Eastern) on September 17, 2024.
    Repair of ATCALS Power Amplifiers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors for the repair of ATCALS Power Amplifiers associated with the AN/GRN-29 system. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, maintenance, upgrading, reassembly, testing, and finishing to ensure the amplifiers are returned to a serviceable condition. This initiative is crucial for maintaining operational readiness and reliability of aircraft systems, with a focus on engaging small, disadvantaged, and veteran-owned businesses to foster competition. Interested parties must respond to Cameron Maxwell at 424SCMSAFMCRFIRe@us.af.mil and complete a Source Approval Request (SAR) to be considered, noting that this is a Sources Sought notice and not a solicitation or proposal request, with no funding currently available.
    F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the procurement of a Dual Mode Transmitter for the F-16 C/D Model AN/APG-68 Radar. The Dual Mode Transmitter is used for electronic and precision equipment repair and maintenance. The procurement requires the offeror to have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. The offeror must also possess a complete data package and comply with Unique Identification (UID) requirements. Additionally, the offeror must submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $10,000, and the estimated completion time for the qualification effort is 1465 days. Source qualification waiver criteria are also provided for potential sources who meet specific requirements.
    B-2 ZSR-63 BAND2 Antenna, LH Lower 5895-01-303-4582 DAA3393P003-115
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, LH Lower. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, and meeting all existing specification requirements. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, and maintaining a quality system. Small businesses may be eligible for a set-aside portion of the requirement.