Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
DOCUMENT

J -- CORRECTIVE MAINTENANCE CONTRACT (CMC III) FOR SECURITY SYSTEMS AND EQUIPMENT PREVIOUSLY INSTALLED AT FAA STAFFED FACILITIES - Attachment

Notice Date
5/18/2017
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
DTFAWA-17-R-00018
 
Response Due
6/15/2017
 
Archive Date
6/15/2017
 
Point of Contact
Amy Wright, amy.wright@faa.gov, Phone: 202-267-4425
 
E-Mail Address
Click here to email Amy Wright
(amy.wright@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
1. INTRODUCTION/DESCRIPTION This RFO is for the FAA ™s anticipated acquisition of corrective maintenance, repair, and replacement services for physical security systems and related equipment at approximately 525 FAA staffed facilities throughout the CONUS and OCONUS. A complete listing of included facilities can be found at Attachment J-1. The work includes performance of service calls, repairs, re-engineering, and replacement of obsolete systems and equipment upon their failure to operate. The Contractor must furnish all labor, supervision, materials, equipment, transportation, training, and management necessary to provide maintenance services in accordance with the stated requirements. The resulting award will be Time-and-Materials with some Firm-Fixed-Price and Cost-Reimbursement Contract Line Items. The anticipated period of performance is a 12 month base period and four 12 month option periods. The FAA intends to award one contract to the lowest price technically acceptable Offeror, but reserves the right to award more than one contract. 2. MINIMUM EXPERIENCE REQUIREMENTS Offers will be initially screened to determine if they meet the minimum experience requirements, per Section L.5.8. 3. FOR OFFICIAL USE ONLY/SENSITIVE UNCLASSIFIED DATA Portions of the RFO are For Official Use Only (FOUO), Sensitive Unclassified Information (SUI) documents and must be treated appropriately. FAA Procurement Guidance T.3.14.1-6(b) provides authority for SUI. The process for FOUO/SUI documents is contained in the attached Document Security Notice (DSN) and must be adhered to prior to receiving some of the Attachments to the RFO. To receive access to FOUO/SUI documents, the following must be met and a signed DSN must be returned to Amy Wright at amy.wright@faa.gov no later than 2:00 pm ET on 05/19/2017. A. Be registered in the Systems for Award Management (SAM) (https://ww.sam.gov) with the NAICS code listed above. B. Agree to the terms and conditions, sign and submit the Document Security Notice) DSN including a list of employees with access to the documents and a preliminary list of subcontractors if applicable. Upon release of the signed DSN and verification of SAM registration, the Contracting Officer will provide instructions to the responding Company ™s named authorized representative on how to receive access to the FOUO/SUI documents. These documents are only available through a secure release by the CO. 4. ADDRESS, TIME AND DATE FOR SUBMISSION OF PROPOSALS Proposals may be hand delivered or mailed by commercial delivery or US Mail to the following Address: ATTN: Amy Wright Federal Aviation Administration 800 Independence Ave, SW Room 406W Washington, DC 20591 Tel: 202-267-4425 Proposals must be received at the above location no later than 2:00 pm Eastern Time on 6/15/2017. Offeror must request receipts for proposal if a receipt is desired. All SIR Amendments Issued, if any, must be signed on the cover page Solicitation, Offer, and Award (Standard Form 33) and submitted with the Offeror ™s proposal. Offerors must provide one signed original and all required copies. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Facsimile or Email submittals of proposals will not be accepted. 5. QUESTIONS Questions pertaining to this SIR must be submitted by email to Amy Wright, Contracting Officer, at amy.wright@faa.gov no later than 2:00 pm, ET, 05/24/2017. Questions and responses that clarify the SIR will be provided to all Offerors. However, the source of the questions will not be identified. Alternate proposals will not be evaluated. In the event a proposal is rejected, a notice will be sent to the Offeror stating the reason(s) the proposal will not be given further consideration. All responses to this SIR must follow the submission instructions found in Section L of the SIR. This announcement is not intended to guarantee procurement of the services, and must not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the inquiries or responses for this announcement and will not reimburse any firm for costs incurred in responding to this announcement. 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/27340 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-17-R-00018/listing.html)
 
Document(s)
Attachment
 
File Name: Section J-8 WDs New England Region (ANE) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78482)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78482

 
File Name: Section J-7 Historical Data 11-28-16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78491)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78491

 
File Name: Section J-2A_1 DATA APPROVED STANDARD EQUIPMENT SSDI 110055 P2K-SW-EXP313 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78473)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78473

 
File Name: Section J-8 WDs Western Pacific Region (AWP) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78490)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78490

 
File Name: Section J-2A_4 DATA APPROVED STANDARD EQUIPMENT SSDI 200155 156 157 900W20 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78481)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78481

 
File Name: Section J-8 WDs Eastern Region (AEA) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78472)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78472

 
File Name: Section J-11 Final Cost Model (Updated 5-9-17) (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/78484)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78484

 
File Name: Section J-2A_3 DATA APPROVED STANDARD EQUIPMENT SSDI 110057 P2K-SW-COR313 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78471)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78471

 
File Name: Section J-2A_5 DATA APPROVED STANDARD EQUIPMENT SSDI 200159 033-20003 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78483)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78483

 
File Name: Section J-8 WDs Great Lakes Region (AGL) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78470)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78470

 
File Name: VENDOR DOCUMENT SECURITY NOTICE (doc) (https://faaco.faa.gov/index.cfm/attachment/download/78480)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78480

 
File Name: Section J-8 WDs Alaska Region (AAL) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78468)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78468

 
File Name: Section J-8 WDs Central Region (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78469)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78469

 
File Name: Section J-5 FSRM CMC III CDRL Summary Sheet_170511 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78489)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78489

 
File Name: DTFAWA-17-R-00018 Section A through M (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78478)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78478

 
File Name: Section J-8 WDs Southern Region (ASO) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78479)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78479

 
File Name: Section J-2B DATA STANDARD EQUIPMENT LIST SSI 2005 170511 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78485)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78485

 
File Name: Section J-2A DATA APPROVED STANDARD EQUIPMENT LIST SSDI 170511 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78476)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78476

 
File Name: Section J-10 Past_Performance_Questionnaire (docx) (https://faaco.faa.gov/index.cfm/attachment/download/78486)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78486

 
File Name: Section J-8 WDs Northwest Mountain Region (ANM) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78477)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78477

 
File Name: Section J-4 LABOR CATEGORIES (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78487)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78487

 
File Name: Section J-2A_2 DATA APPROVED STANDARD EQUIPMENT SSDI 110056 P2K-SW-PRO313 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78474)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78474

 
File Name: Section J-8 WDs Southwest Region (ASW) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78488)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78488

 
File Name: Section J-1 LIST OF FACILITIES (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78475)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78475

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04514154-W 20170520/170518235952-8d7f7851caab1479e1f90084dd0cb621 (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  © 1994-2020, Loren Data Corp.