United States - SOLICITATION: Overhaul and repair of Rotary Couplers

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
31 March 2025
Opportunity publication date
31 January 2025
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

20250131 Amendment A0002  is hereby issued to extend the due date for receipt of proposals to March 31, 2025. All other terms and conditions remain the same.

20250128 Amendment A0001 is hereby issued to delete clause 3.6.1-1 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE. All other terms and conditions remain the same.

The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC) has a requirement for the overhaul and repair of Rotary Couplers for use in multiple radar systems. NSNs to be repaired/overhauled include:

NSN 5985-01-363-3806 – TDWR                                Annual Demand:7
NSN 5985-01-319-8304 – ASDE-3                              Annual Demand:6
NSN 5985-01-313-7839 – ASR-9                                 Annual Demand:2
NSN 5985-01-394-3849 – MODE-S BOS                   Annual Demand:1
NSN 5985-01-649-4498 – NAS ASR-11                     Annual Demand:2
NSN 5985-01-394-3848 – ARSR-1                              Annual Demand:1
NSN 5985-01-394-3847 – ARSR-2                              Annual Demand:1
NSN 5985-01-394-3850 – FPS                                     Annual Demand:1

The rotary couplers are used in FAA radar systems and are critical to Air Traffic Control in maintaining safety in the National Airspace System (NAS). The rotary coupler is a single point of failure for every radar system. In the event of coupler failure, there are no back-up systems in place. Therefore, the quality and projected life cycle of the rotary couplers is vital to the continued support of the NAS.

The requirement will be for one base year period with four one-year option periods to be exercised at the sole discretion of the FAA. It is anticipated that multiple contracts may be awarded to meet this requirement.

First article testing will be required for repair of each rotary coupler repaired by other than the original equipment manufacturer (OEM). First article test procedures will be set forth in the solicitation.

Results of repair/overhaul shall meet the standards specified in the FAA's Certificates of Compliance and Measurement Set documents for each rotary coupler.

The North American Industry Classification System (NAICS) codes and size standards for this effort is
NAICS 811210 - Electronic and Precision Equipment Repair and Maintenance.  The business size standard for this NAICS is $34.0 million.

Please read the attached Solicitation in its entirety. Follow the instructions outlined in Section L for submitting a responsive proposal.

Proposals are due by EMAIL ONLY as indicated in Section L of the SIR NLT February 19, 2025, 2:00 PM, Central Time. Please include the solicitation number 6973GH-25-R-0026 in the subject line of all email correspondence.

All Offerors must be registered in the System for Award Management, www.SAM.gov. Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) “By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.”

This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.

Opportunity closing date
31 March 2025
Value of contract
to be confirmed

About the buyer

Address
6973GH FRANCHISE ACQUISITION SVCS

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?