Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
DOCUMENT

99 -- POTENTIAL SOURCES SOUGHT-MARKET SURVEY CAPABILITY ASSESSMENT FOR Interest/Availability for National Airspace System (NAS) Engineering and Support Services - Attachment

Notice Date
1/27/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
19443
 
Response Due
2/23/2015
 
Archive Date
2/23/2015
 
Point of Contact
Kathleen Islas, kathleen.d.islas@faa.gov, Phone: 405-954-8534
 
E-Mail Address
Click here to email Kathleen Islas
(kathleen.d.islas@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS POSTING IS BEST VIEWED AT, HTTPS://FAACO.FAA.GOV. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov), or any other 3rd party provider, attachments may not be available or viewable to you. The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK, has an ongoing requirement for engineering, computer, and administrative support in support of power, navigational aids, communications, surveillance, and weather systems. The support is predominantly hardware and software engineering services involved in the acquisition, restoration, maintenance, and modification of ground-based NAS equipment throughout the United States and some overseas sites. Contractor management and personnel will be primarily based at the MMAC, Oklahoma City, OK. The current contract ™s statement of work (SOW) is provided as an attachment to this market survey to inform and assist interested vendors of the technical work required. However, interested respondents are cautioned that the Government at its discretion may update and or revise this SOW prior to the close of the current contract and for any potential follow on contract. At this time, the acquisition strategy and nature of competition has not been determined for any potential follow on contract. The Government welcomes statements of interest and capabilities from all small businesses, including service-disabled veteran-owned small business, women-owned small businesses, and 8(a) certified firms, which are capable of providing the required items and services. However, contract performance has historically been set aside and achieved by fully certified 8(a) businesses. It is the Government ™s intent to sustain the 8(a) set aside should results of this survey conclude that it is appropriate to do so. Depending on responses to this survey and analysis of market research collected, the Government may, at its discretion, decide to pursue a full and open competition or set-aside all or part of the procurement. THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. A SIR/Request for Offer may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. Therefore any cost associated with a market survey submission is solely at the interested vendor ™s expense. The Government has a strong desire to hear from prime contractors who can show they have the capacity to perform 100% of the work requirement, without sub-contracting or teaming with other contractors, for the contemplated follow on award for these services. If interested contractors can ™t show capacity to perform 100% of the work requirement as the prime, it is requested that they respond with a percentage that represents what their total performance capacity is to complete the work as the prime or what they would suggest as a prime “ to “ sub percentage break down. Aside from the Government ™s preference, interested respondents to this market survey are still required to show how the prime can meet the requirements of the Limitations in Subcontracts as defined in AMS Clause 3.6.1-7, Limitations on Subcontracting. The principle North American Industry Classification System (NAICS) code for this effort is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons) with a size standard of $38.5 million. The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors, in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This market survey will enable the FAA to review responses that are current and will assist with acquisition planning based on current data. The responses to this market survey will be used for informational purposes only. HOW TO RESPOND TO THIS MARKET SURVEY: Interested vendors should submit the items listed below to the point of contact listed at the bottom of this announcement. 1. Capability Statement. This document is limited to not more than five (5) pages and must include a brief description of the engineering, computer, and administrative services provided by your firm which are same/similar to those services outlined in this market survey and similar/same to the current contract ™s statement of work attached at the bottom of this survey. 2. Performance Capacity. Respondents must provide an indication of the percentage of work that can be performed by the prime contractor. If the prime is not capable of performing 100% of the work requirement respondents need to show what their percentage capacity is to perform the work as a prime/sub arrangement. 3. Business Declaration Form “ Interested vendors must complete the attached Business Declaration Form and submit with their Capability Statement. If applicable, a copy of the vendor ™s SBA 8(a) Certification Letter is required. Responses to this market survey must be received by close of business February 23, 2015. Submissions should be sent via email to the following point of contact: Kathleen D. Islas, Contracting Officer, kathleen.d.islas@faa.gov (405) 954-8534 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. 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/19445 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/19443/listing.html)
 
Document(s)
Attachment
 
File Name: SOW 2014 (DRAFT) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/48778)
Link: https://faaco.faa.gov/index.cfm/attachment/download/48778

 
File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/48779)
Link: https://faaco.faa.gov/index.cfm/attachment/download/48779

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03626137-W 20150129/150127234813-787d5d81c15b11bb77697d249c1f1087 (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 |
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.