SOURCES SOUGHT
99 -- FAA Contract Tower Program
- Notice Date
- 5/7/2003
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASU-340 FAA Headquarters (ASU)
- ZIP Code
- 00000
- Solicitation Number
- 3082
- Response Due
- 6/1/2003
- Point of Contact
- Brian Stora, 202.267.5149
- E-Mail Address
-
Email your questions to Brian.Stora@faa.gov
(Brian.Stora@faa.gov)
- Description
- In accordance with the Federal Aviation Administration=E2=80=99s Acqu= isition Management System (AMS) Section 3.2.1.3.12, industry is hereby info= rmed that the Federal Aviation Administration (FAA) has a requirement with = an estimated value over $100,000.00. This announcement is a Request for Information (RFI). This announcement IS = NOT a Request for Proposal (RFP)/Screening Information Request (SIR) of any= kind and is not intended to guarantee procurement of any services. The FAA= is not seeking or accepting unsolicited proposals with this RFI. The FAA w= ill not pay for any information or administrative costs incurred as a resul= t of responding to this RFI. The FAA has a five-year requirement for the provision of air traffic contro= l (ATC) services at Visual Flight Rules (VFR) Airports throughout the Unite= d States, Puerto Rico, the U.S. Virgin Islands, Guam, and Saipan. As of 05 = May 2003, ATC services are provided at 218 air traffic control towers (ATCT= ) under the FCT program by three contractors: Robinson Aviation Inc. (RVA),= Midwest Air Traffic Control Service, Inc., and Serco Management Services, = Inc. These ATCTs are divided into six (6) geographical areas (See Attachmen= t B for site organization). At present, the FAA intends to release a draft SIR/RFP for industry comment= during the third quarter of calendar year (CY) 2003, followed by a final S= IR/RFP during fourth quarter of CY 2003. Anticipated award date for the fol= low-on FCT contracts is expected in time for contract performance to begin = 01 October 2004. It is anticipated that the new follow-on FCT contracts wil= l remain firm fixed-priced. Because this requirement is subject to the Serv= ice Contract Act, an economic price adjustment (EPA) clause will be include= d in these contracts. Attachment A of this RFI is the DRAFT Statement of Work (SOW) for this requ= irement. Attachment B of this RFI is a list of locations presently under the FCT pro= gram. The list locations to be included in the anticipated RFP are subject = to future revision. The purposes of this RFI are to provide to industry the draft SOW for indus= try review and comment and identify firms interested in competing for this = requirement. The FAA intends to review all written comments received regard= ing the SOW and, as appropriate, consider industry comments for incorporati= on into the final SOW.=20 In responding to this RFI, interested firms are requested to submit a lette= r of interest of no more than five (5) double-spaced, single-sided pages (f= ont no smaller than 12 pitch). Questions or comments regarding the draft SO= W should be submitted in a separate document (no length limitation on quest= ions/comments). All submissions related to the RFI shall include company Po= int of Contact(s) with telephone and facsimile numbers, and mail and e-mail= addresses. All vendors submitting interest letters will be ensured notification regard= ing the release of future announcements related to this requirement. All re= sponses to this RFI will be properly protected by the FAA. Any submitted in= formation deemed sensitive by a vendor shall be clearly identified as being= sensitive. All RFI responses are due by 3:00pm EDT on 29 May 2003 and shall be submitt= ed in writing to Brian Stora, Contract Specialist, ASU-340, 800 Independenc= e Avenue SW, Washington, DC 20591 or via e-mail at Brian.Stora@faa.gov. Wri= tten submissions must be received (not just postmarked) by the due date. Re= sponses submitted via e-mail shall be in either Adobe .pdf format or Micros= oft Word 2000 (or earlier) format with file sizes not exceeding 1 MB. "This Notice is for informational purposes for Minority, Women-Owned and Di= sadvantaged Business Enterprises: The Department of Transportation (DOT), O= ffice of Small and Disadvantaged Business Utilization, has programs to assi= st small businesses, small businesses owned and controlled by a socially an= d economically disadvantaged individuals, and women-owned concerns to acqui= re capital and bonding assistance for transportation-related contracts. Thi= s is applicable to any eligible prime or subcontract at any tier. The DOT B= onding Assistance Program enables firms to apply for bid, payment, and perf= ormance bonds up to $1.0 million per contract. The DOT provides an 80 perce= nt guaranty on the bond amount to a surety against losses. Loans are also a= vailable under the DOT short Term receivable financing. The maximum line of= credit is $500,000. For further information regarding the bonding and lend= ing programs, please call the DOT Office of Small and Disadvantaged Busines= s Utilization at (800) 532-1169." =20 "This Notice is for informational purposes for Minority, Women-Owned and Di= sadvantaged Business Enterprises: The Department of Transportation (DOT), O= ffice of Small and Disadvantaged Business Utilization, has a program to ass= ist small businesses, small businesses owned and controlled by a socially a= nd economically disadvantaged individuals, and women-owned concerns to acqu= ire short-term working capital assistance for transportation-related contra= cts. 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 $500,000. For further information and applicable forms c= oncerning the STLP, call the OSDBU at (800) 532-1169."
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00319398-W 20030509/030507213307 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |