New Jersey Bids > Bid Detail

Market Survey Capability Assessment for a Radio Frequency Generators for testing Identification, Friend or Foe (IFF) Systems in high-density signal environments

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159709243138019
Posted Date: May 8, 2023
Due Date: May 12, 2023
Solicitation No: CT2300313A3
Source: https://sam.gov/opp/0277d72bb1...
Follow
Market Survey Capability Assessment for a Radio Frequency Generators for testing Identification, Friend or Foe (IFF) Systems in high-density signal environments
Active
Contract Opportunity
Notice ID
CT2300313A3
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
692M15 ACQUISITION & GRANTS, AAQ600
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 08, 2023 12:35 pm EDT
  • Original Response Date: May 12, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5821 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    Atlantic City , NJ 08405
    USA
Description



1. Introduction/Purpose

The Federal Aviation Administration’s (FAA), Satellite Navigation Branch (ANG-E54) has a requirement for Radio Frequency Generator for testing Identification, Friend or Foe (IFF) Systems in high-density signal environments. This equipment is required 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 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) with a size standard of 1,250 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 Technical Specifications Sheet. Responses MUST demonstrate that any interested entity can meet or exceed ALL of the EXACT specifications listed in the attached FAA Technical Specifications Sheet. 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 May 12, 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION GRANTS, AAQ-600 ATL.CITY INTL AIRPORT, BLDG 300
  • ATLANTIC CITY , NJ 08405
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 08, 2023 12:35 pm EDTPresolicitation (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.

Start Free Trial Today >