Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
DOCUMENT

J -- MARKET SURVEY - CBP SOUTHERN BORDER BLOCK 1 INTEGRATED FIXED SENSOR TOWER SYSTEMS AND REMOTE VIDEO SURVEILLANCE SYSTEM-UPGRADE O-LEVEL MAINTENANCE AND SUPPORT SERVICES - Attachment

Notice Date
9/8/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
25462
 
Response Due
9/16/2016
 
Archive Date
9/16/2016
 
Point of Contact
Robert LaFollette, robert.lafollette@faa.gov, Phone: 405-954-7384
 
E-Mail Address
Click here to email Robert LaFollette
(robert.lafollette@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
TITLE: CBP Southern Border Block 1 Integrated Fixed Sensor Tower (IFST) Systems and Remote Video Surveillance System-Upgrade O-Level Maintenance and Support Services CONTACT: Rob LaFollette ORGANIZATION: AAQ-721 REGION: Aeronautical Center (AMC) PHONE NUMBER: 405-954-7384 E-MAIL: robert.lafollette@faa.gov DATE: 8 Sep 2016 EXPIRES: 16 Sep 2016 NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is a market survey for Organizational-Level (O-Level) maintenance and support services for the Customs and Border Protection (CBP) Southern Border Block 1 Integrated Fixed Sensor Tower (IFST) Systems and Remote Video Surveillance System-Upgrade (RVSS-U). The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor s expense. 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 businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses that are interested in and capable of performing this O-Level maintenance and support program. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The FAA anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of five years (one one-year base period with four one-year option periods). The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICSSize Standard 811219$20.5M Attached is a draft Statement of Work (SOW) describing the scope of work required for this effort. Please note the draft SOW does not yet provide full detail of the RVSS-U portion of the requirement. The RVSS-U effort is very similar to that of Block-1. The RVSS-U system is (or will be) comprised of fixed and mobile towers along the southern U.S. border. While Block-1 towers are located in the Tucson and Ajo sectors in Arizona, the RVSS-U sites are located along the southern border through the Rio Grande Valley (Texas) area. At this time, the FAA s intent is for the resultant contractor to deploy crew(s) from the supplied facility in Tucson AZ to the RVSS-U sites as needed for maintenance. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. The FAA requires the following (limited to 30 pages) from interested vendors based on the attached draft SOW: 1. Capability Statement - This document should identify: - Type of services provided by your firm - Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) - Number of years in business 2. Clearly state whether or not you can provide all of the types of services required and if you can supply them to all of the geographical locations listed in the draft SOW. Please pay particular attention to the requirements/qualifications for technicians described in the draft SOW. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. All responses to this market survey must be received by 4:00 p.m. CST, 16 Sep 2016. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: robert.lafollette@faa.gov If email is your method of submission, please include "MARKET SURVEY RESPONSE: CBP Block 1 and RVSS-U Maintenance in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. If you cannot respond electronically, please send two copies by the indicated deadline to: Mail: Federal Aviation Administration Mike Monroney Aeronautical Center Attn: Rob LaFollette, AMQ-210 MPB Room 312 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-3111 Attn: Rob LaFollette Respondents are encouraged to review the attached documents and provide comments. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available/viewable to you. If so, please proceed to the FAA's Contract Opportunities Website at faaco.faa.gov to obtain the attachments. 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/25462 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/25462/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/69553)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69553

 
File Name: Statement of Work - Draft (docx) (https://faaco.faa.gov/index.cfm/attachment/download/69552)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69552

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04263562-W 20160910/160908235900-aee547fce36b42caa759a250f8b6a887 (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.