Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2025 SAM #8643
MODIFICATION

58 -- Easat ASDE-X Waveguides

Notice Date
7/24/2025 6:36:16 AM
 
Notice Type
Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-25-R-00194
 
Response Due
8/14/2025 12:00:00 PM
 
Archive Date
08/29/2025
 
Point of Contact
Connie Houpt
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Description
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC) has a requirement for the acquisition of Waveguide Spares in support of the Airport Surface Detection Equipment � Model X (ASDE-X). Easat Radar Systems LTD part numbers EA9791 � Coupler Angle, WR90, Flex, 90 degree, 87mm X 73mm EA21809 � Vertical Waveguide Top, Rigid, Lower Section (heated) EA8856 � Vertical Waveguide Dual Encoder, WR90, Rigid, Waveguide Section (non-heated) EA24537 � Vertical Waveguide, WR90, Rigid, Waveguide Section (non-heated) EA15830 � Vertical Waveguide � Top, WR90, Rigid, Upper Waveguide Section (heated) EA15831 � Vertical Waveguide � Bottom, WR90, Rigid, Lower Waveguide Section (heated) EA22571 � Wave Guide Coupler (E Plane Bend), WR90, Flex, 90 degree, E bend, 88 mm x 95 mm EA15833 � Vertical Waveguide, WR90, Rigid, Extension (heated) Easat is the only qualified and authorized manufacturing source capable of meeting the FAA requirement for serviceable assets used for repair of the ASDE-X surveillance systems. Only proposals for Easat waveguides will be accepted. The NAICS CODE for this requirement will be 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a Small Business Size Standard of 1,250. Full-and-open competition will be utilized for this requirement. Please read the attached Solicitation in its entirety and provide submittal as instructed in provision L.3 Instruction for Preparation and Submission of Proposal, page 55. (a) The Offeror must submit: Screening Information Request: This section shall contain a copy of the solicitation duly executed by an official authorized to bind the offeror. 1. Section A, Solicitation, Offer and Award 2. Section B, Supplies or Services and Price/Cost 3. Section F, 3.2.2.8-6 Time of Delivery 4. Section K, Representations and Certifications 5. Small Business Subcontracting Plan, as necessary. Proposals are due by EMAIL ONLY to connie.m.houpt@faa.gov NLT August 14, 2025, 2:00 PM, Central Time. Please include the RFQ number 6973GH-25-Q-00194 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aea586689ea94500a6dd8d1c105db1f7/view)
 
Record
SN07522312-F 20250726/250724230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.