DOCUMENT
70 -- Market Survey Capability Assessment for Strategic Sourcing of Various Equipment and Supplies (SAVES) Commercial-Off-The-Shelf (COTS) Information Technology (IT) Hardware - Attachment
- Notice Date
- 10/29/2014
- Notice Type
- Attachment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-620 CT - William J. Hughes Technical Center (Atlantic City, NJ)
- Solicitation Number
- 18439
- Response Due
- 12/3/2014
- Archive Date
- 12/3/2014
- Point of Contact
- Karin Weinert, karin.weinert@faa.gov, Phone: 609-485-6269
- E-Mail Address
-
Click here to email Karin Weinert
(karin.weinert@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- *** If you are viewing this announcement on any other site, except the FAA Contracting Opportunities website, please go to https://faaco.faa.gov to view it in its entirety with attachments. One of the major objectives in the Federal Aviation Administration (FAA) Flight Plan is to control costs while delivering quality customer service. To help achieve the Flight Plan of controlling costs, the FAA embarked on an Agency-wide strategic sourcing initiative called the Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) Program. This requirement may support the entire FAA and Department of Transportation (DOT). The objective of the SAVES Program is to enable the FAA to purchase selected commodities for less while maintaining or improving quality of purchases and our suppliers' service levels. The various SAVES contracts for COTS IT Hardware are nearing completion and the FAA is evaluating new strategies for one or more replacement contracts. The FAA is requesting industry feedback before releasing any solicitations. Industry participation, while encouraged is strictly voluntary. Failure to provide the requested information will not prevent a vendor from submitting a formal response to the FAA's release of a future SIR. At this time, the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small business concerns. The purpose of this market survey is to solicit statements of capabilities from interested parties who are Socially and Economically Disadvantaged Businesses (SEDB/8(a)), Small Businesses, and/or Service-Disabled Veteran Owned Small Businesses (SDVOSB). This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the requirement among small business concerns. Responses from large business will also be considered at this time. The principle North American Industry Classification System (NAICS) codes anticipated for this effort are: 334111, Electronic Computer Manufacturing; 334112 Computer Storage Device Manufacturing; and 334118 Computer Terminal and Other Computer Peripheral Equipment Manufacturing all with small business size standards of 1,000 employees. A Secondary NAICS code that may be considered for this effort is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers, with a small business size standard of 100 employees. A wholesale trade or retail trade business submitting a capability statement on a supply acquisition is categorized as a non-manufacturer and deemed small if it has 500 or fewer employees and meets the requirements of 13 CFR 121.406. SURVEY BACKGROUND INFORMATION The FAA SAVES contracts currently utilize contract line items (CLINs) that aggregate manufacturers' products into categories or suites of products. These categories are in direct relationship to the manufacturers' pricing to the resellers who hold the contracts. For each of these categories the contractors are required to provide a minimum discount from manufacturer suggested retail price (MSRP). Higher discounts for items on sale, at end-of-life, or for volume purchases are required on the contracts. CLINs are also established for generalized professional services (e.g., training, installation) on a maximum rate per hour basis and for other direct costs (travel expenses, materials, etc.). The rationale for this way of structuring the contracts is to ease the administrative burden in maintaining CLINs for products by part numbers. The contractor resellers are able to provide a wider range of products and can respond to frequent product changes. Contract modifications are only required in response to changes in pricing from the manufacturers (OEMs) to the resellers or to their MSRPs. As an example of this methodology, consider a fictitious OEM called "ABC". The following CLINs (simplified for this example) might be established on a SAVES contract with reseller "Acme": CLIN OEM DESCRIPTION Acme's Minimum Discount from MSRP 100 ABC Laptop 30% 110 ABC Server 32% 120 ABC Server Maintenance 7% 130 ABC Monitor 20% The following are the top manufacturers from the each of the current SAVES hardware contracts: AMX, APC, Black Box, Chief Manufacturing, Cisco, Dell, EMC, Extron, Fluke, HP, JBL, Logitech, Net App, Peerless, Quantum, Raritan, Samsung, Tandberg, and Targus. In three years, the FAA has made purchases from the incumbents for some OEMs as low as $1,000.00 and as high as $14,000,000. The FAA requires the following preliminary information from interested vendors. 1. Is your firm currently listed on the General Service Administration's Federal Supply Schedule 70? 2. Does your firm currently have a similar IT hardware contract with another agency of the Federal Government? If yes, please provide the name, contract number, contract type and contract ceiling. 3. Is the CLIN structuring described above the most cost effective way of buying hardware? If not, please provide information and examples that would illustrate a better methodology. 4. Would the greatest value to the FAA occur if multiple contracts were awarded? 5. Please identify if your company provides installation, configuration management and training services or if your company would rely on the OEM to provide these services. All responses to the above questions must be provided on company letterhead and are restricted to no more than a total of five (5) pages. Response will only be accepted in Microsoft Word or PDF Format. Do not send corporate or sales promotion literature. Responses must be received no later than 2 PM EST on December 3, 2014. Please complete and return the attached Business Declaration Form. Firms claiming certified 8(a) status are additionally required to submit a letter of 8(a) certification from the SBA and Service Disabled Veteran Owned Small Business (SDVOSB) claiming SDVOSB status must provide certification letter and be registered as a SDVOSB on the Department of Veterans Affairs website (https://www.vip.vetbiz.gov/). Please provide information on the hardware products your company is currently able to re-sell and the OEM certifications owned by your company and/or your distributors and teaming partners on the attached Microsoft Excel spreadsheet. Response will only be accepted in Microsoft Excel. The FAA prefers all submittals to be submitted electronically to the following e-mail address: karin.weinert@faa.gov. The responses to this Market Survey will be used to determine competition level and develop a concise requirement. The FAA will not release or make public information deemed "Company Proprietary". This survey is not intended to guarantee procurement of a product and shall not be construed as a commitment by the Government to enter into a contract. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). The FAA is not liable for costs associated with a response to this informational announcement. This is not a request for competitive proposals and will not result in a contract award. No telephone inquiries will be accepted. No solicitation exists; therefore do not request a copy of the solicitation. If a solicitation is issued, it will be synopsized on the FAA's Contract Opportunities web page. It is the potential Offeror's responsibility to monitor this site for the release of any solicitation. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/18439 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/18439/listing.html)
- Document(s)
- Attachment
- File Name: Hardware Certifications (xls) (https://faaco.faa.gov/index.cfm/attachment/download/46151)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/46151
- File Name: Business Declaration Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/46152)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/46152
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Hardware Certifications (xls) (https://faaco.faa.gov/index.cfm/attachment/download/46151)
- Record
- SN03561489-W 20141031/141030002702-7015507efad2d61d7b57d5d6b867e18b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |