SOURCES SOUGHT
59 -- ASR-9 Slip Rings NSN 5999-01-442-3976
- Notice Date
- 4/30/2025 6:45:47 AM
- Notice Type
- Sources Sought
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-MS-00006
- Response Due
- 5/14/2025 12:00:00 PM
- Archive Date
- 05/29/2025
- Point of Contact
- Connie Houpt
- E-Mail Address
-
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
- Description
- The FAA has a requirement for acquisition of slip rings for sustainment of rotary joints in the Airport Surveillance Radar Model 9 (ASR-9) field radar sites. The rotary joint comprises six rf paths and 20 slip ring connections that electrically interface the rotating antenna with the stationary pedestal. Two position sensors in the rotary joint provide azimuth data to the system. The rotary joint is crucial to the operation of the ASR-9. The slip rings to be procured are: NSN 5999-01-442-3976 Moog Inc. part number D1619-100P1 Moog slip ring D1619-100P1 is the only FAA-approved version to be used in the ASR-9 radar. The FAA does not possess the equipment or expertise to replicate the slip rings. There is an immediate need to replenish the stock of the slip rings due to an insufficient number available to continue repairs or meet annual demand. The FAA is actively pursuing other vendors to be approved to manufacture these parts. Approving a new vendor will require several years of testing. Potential sources must provide documentation to the FAA showing proof of rights to use the data from the OEM or that they are authorized distributors of the OEM. Statements that data will be obtained or that specifications or drawings will be developed are not acceptable. Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA. Interested parties who can comply with and meet all the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. The responses will be used to develop the source list for this requirement. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor�s expense. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses capable of providing the specified equipment. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The NAICS CODE for this requirement will be 335312, Motor and Generator Manufacturing, with a Small Business Size Standard of 1,250. The FAA intends to review all response submittals to establish the acquisition strategy for this requirement. To make this determination the FAA requires the following from interested vendors: Capability Statement: Provide documentation to the FAA showing proof for rights to use the data from the OEM or that they are authorized distributors of the OEM, Clearly demonstrate that the interested vendor is qualified and capable of providing the required equipment, Identify type of services provided by your firm, Identify size and type of equipment and services provided by previous contracts (elaborate and provide detailed information and past performance). MANDATORY REQUIREMENTS FOR RESPONSE TO MARKET SURVEY: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a. Capability Statement (as defined above) b. Response shall provide a point of contact name, number and email for questions. c. *Proof of Entity Registration in the System for Award Management (https://SAM.gov) d. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable. *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.� Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA. Interested parties who can comply with and meet all of the requirements called out in this market survey should respond with their documentation in writing to: Connie Houpt, connie.m.houpt@faa.gov. All responses to this market survey must be received by May 14, 2025, 2:00 pm CT marked as �6973GH-25-MS-00006 Slip Ring Market Survey response�. ""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.""
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b9ce77b5aebf42e3a7d4af3f8e71a2c1/view)
- Record
- SN07427177-F 20250502/250430230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |