Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

R -- Obsolescence Study for FAA Airport Surface Detection Equipment (ASDE-3) System

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-15-R-07642
 
Response Due
9/30/2015
 
Archive Date
9/30/2015
 
Point of Contact
Kevin Gramling, kevin.gramling@faa.gov, Phone: 405-954-3123
 
E-Mail Address
Click here to email Kevin Gramling
(kevin.gramling@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCMENT IS CANCELLED. Market Survey/Request for Information on Obsolescence Study for FAA Airport Surface Detection Equipment (ASDE-3) Systems GENERAL INFORMATION: The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a Market Survey/Request for Information to improve the Government s understanding of the current marketplace and to identify qualified and capable sources. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements in the attached description. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to develop the Source List to be used when the solicitation for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB) or Small Business, or open it up for full and open competition. Any interested sources may respond to this market survey. The information identified from this market survey may result in a restricted Screening Process when the RFP is issued. All decisions will be made based on the information provided by vendors responding to this market survey. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. BACKGROUND In FY10, the FAA Logistics Center performed a supportability study of the Airport Surface Detection Equipment Model-3 (ASDE-3) system. The supportability study identified several line replaceable units (LRU s) which required some degree of proactive effort and additional funding to guarantee support through the system life-cycle. To ensure continued sustainment of the ASDE-3 system through the projected lifespan of 2030, a renewed supportability study must be developed to identify sustainment risks that must be addressed in accordance with attached Statement of Work, Attachment B. The NAICS CODE for this requirement will be 541990, All Other Professional, Scientific and Technical Services, with a Small Business Size Standard of 15M. Responses to this market survey may also be used to determine if there is adequate competition to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor s Market Survey/Request for Information submissions will be solely at the interested vendor s expense. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://faaco.faa.gov (or by access through http://fast.faa.gov). Please note that documents downloaded from sites other than the FAA s Contracting Opportunities Homepage may not be the latest documents. All FAA SIR amendments will also be shown on this site as Amendment when required. Vendors must access this site daily to determine if additional SIR amendments have been issued. Only vendors that respond with information packages providing the required information demonstrating that their firm meets the minimum requirements will be added to the Source List. The minimum requirements will remain the same for the issued SIR as contained in the requested information for this market survey. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. Interested sources should provide evidence of qualifications/capabilities available to provide experienced qualified management and technical personnel to conduct the required services. Attachment A includes a request for information describing the vendor s available resources and equipment. Attachment A is a business declaration form for descriptive information regarding the business status of the vendor. Response submittals must include information for the following two (2) requests: 1. Provide documentation that clearly demonstrates that the interested vendor is qualified and capable of providing the required services. The format of the documentation is at the discretion of the vendor. 2. Complete Business Declaration in Attachment A. All response submittals (one response per company) are to be provided with a cover letter on company letterhead. Responses must be received no later than 3:00 P.M, local time September 30, 2015. Market survey responses received after the time and date specified may be determined to be late and may not be considered. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email address: kevin.gramling@faa.gov. Responses should be submitted in a portable document format (i.e..pdf file); however, Microsoft Word is acceptable. If you cannot respond electronically, please send response submittals to: Federal Aviation Administration Attn: Kevin Gramling, Contracting Officer (AAQ-721) Mailing Address: P.O. Box 25082 Oklahoma City, OK 73169 Physical Address: 6500 S. MacArthur Boulevard Oklahoma City, OK 73169-6901 Point of contact is Kevin Gramling, Contracting Officer, at e-mail kevin.gramling@faa.gov or telephone (405) 954-3123 or FAX (405) 954-9219. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 System for Award Management (Aug 2012). Award cannot be made to a vendor that has not accomplished this registration. See paragraph (d) of the clause below: ***(d) If the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. 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/22537 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-15-R-07642/listing.html)
 
Record
SN03892152-W 20150919/150918000628-7f67ff3a1ab462c515e2939beaad1b95 (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.