Market Survey Capability Assessment for an Environmental Simulation System for Electrical Propulsion Unit Testing (ESS)
Agency: | TRANSPORTATION, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159431706130940 |
Posted Date: | Dec 9, 2022 |
Due Date: | Dec 16, 2022 |
Solicitation No: | CT2300030A1 |
Source: | https://sam.gov/opp/f99d550721... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Dec 09, 2022 12:33 pm EST
- Original Response Date: Dec 16, 2022 05:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6636 - ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT
-
NAICS Code:
- 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
-
Place of Performance:
Atlantic City , NJ 08405USA
1. Introduction/Purpose
The Federal Aviation Administration’s (FAA), Structures & Propulsions Branch (ANG-E28) has a requirement for an Environmental Simulation System (ESS) for Electrical Propulsion System Testing. The components under test will be exposed to a range of temperatures and altitudes to explore their effects on the power distribution systems. This ESS is to perform testing on electric propulsion units and other electrical components for the use in aerospace applications. The FAA requires the capability to perform combined temperature and altitude (pressure) simulation. The ESS must have the capability to support testing of electrical components under simulated altitudes and temperatures of up to 100,000 ft. above sea level, a minimum temperature of -60℃, maximum temperature of +170℃, and humidity of 5% to 95% RH at site-level pressure. This equipment will be utilized at the William J. Hughes Technical Center located in Atlantic City, New Jersey.
2. Nature of Competition
The acquisition strategy for the procurement has not been determined at this time. 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 Request for Offers for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for eligible Socially and Economically Disadvantaged Businesses certified by the SBA for participation in the SBA's 8(a) program, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) small businesses, Small Disadvantaged Businesses (SDB), SBA certified Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), or Small Business concerns; or unrestricted competition; or justification of single source. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1.
3. Standard Language
Interested entities are reminded that –
(a) This is not a Screening Information Request (SIR), Request for Proposal, or Request for Offer of any kind;
(b) The FAA is not seeking or accepting unsolicited proposals;
(c) The FAA will not pay for any information received or costs incurred in preparing the response to this submission request; and
(d) Any costs associated with this request is solely at the interested entity's expense.
4. North American Industry Classification System (NAICS) Code
The NAICS code for this requirement is 334513 (Instruments and Related Products Manufacturing for measuring, Displaying, and Controlling, Industrial Process Variables) with a size standard of 750 Employees.
5. Submission Requirements
Interested entities are requested to submit the following:
1) Respondent must provide written documentation that demonstrates its ability to meet the minimum requirements listed in the attached FAA Statement of Work (SOW). Responses MUST demonstrate that any interested entity can meet or exceed ALL of the EXACT specifications listed in the attached FAA Statement of Work (SOW). Responses for alternative products or any product that does not clearly meet the Government defined minimum specifications will not be considered.
2) Respondents must indicate their size status and provide supporting documentation of 8(a) program, SDVOSB, HUBZone, SDB, WOSB, or EDWOSB status, if applicable.
3) Respondents must indicate if they can satisfy this requirement utilizing an existing contract vehicle (i.e. GSA). If so, please provide contract information and appropriate point of contact.
The total page limitation for the Capability Statement is five pages – font size 12, one-inch margins, single-spaced.
Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the respondent. Any restrictions imposed by respondent on the use or disclosure of the submission content must be clearly marked on the title pages and the individual pages, as necessary. Such information will not be disclosed outside of the acquisition team.
6. Response Requirements
All responses must be sent via email to the Primary POC Paul.R.Rosengrant@faa.gov and Secondary POC Andy.CTR.Montesinos@faa.gov. Responses must be received no later than 5:00 PM (EST) on December 16, 2022.
- ACQUISITION GRANTS, AAQ-600 ATL.CITY INTL AIRPORT, BLDG 300
- ATLANTIC CITY , NJ 08405
- USA
- Paul Rosengrant
- paul.r.rosengrant@faa.gov
- Phone Number 6094854435
- Andy Montesinos CTR
- Andy.CTR.Montesinos@faa.gov
- Phone Number 6094855152
- Dec 09, 2022 12:33 pm ESTPresolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.