Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
DOCUMENT

42 -- OSHA-Compliant Fall Protection Equipment Sources Sought / Request for Information (RFI) - Attachment

Notice Date
8/15/2018
 
Notice Type
Attachment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
31184
 
Response Due
8/23/2018
 
Archive Date
8/23/2018
 
Point of Contact
Robert Taylor II, robert.c.taylor-ii@faa.gov, Phone: 202-267-4434
 
E-Mail Address
Click here to email Robert Taylor II
(robert.c.taylor-ii@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1, Market Analysis, this announcement is to conduct a Request For Information (RFI) for the purpose of soliciting industry input, statements of interest, and capabilities from vendors. The responses to this RFI will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA). Vendor proprietary information will be protected if appropriately marked. This announcement does not guarantee procurement and will not be construed as a commitment by the Government to enter into a contract, nor is this announcement a Screening Information Request (SIR) or Request for Proposals (RFP). The FAA is neither seeking nor accepting unsolicited proposals. INTRODUCTION: The FAA is seeking interested vendors that are capable of providing Occupational Safety and Health Administration (OSHA) compliant Fall Protection Equipment. At this RFI stage, the FAA is seeking industry input concerning providers of Fall Protection Equipment. This fall protection equipment is necessary for all field personnel in the FAA who have to work at heights. This requirement is for supplies only. The FAA requires equipment that is manufactured by following five (5) companies: Bullard, 3M DBI-SALA, Ergodyne, Pensafe and Radnor. This equipment is the last line of defense for the worker to ensure he/she does not incur an injury as a result of a fall from heights. Standardized equipment is required so that we can provide standardized training, standardized equipment inspections, and for tracking any kind of recalls. BACKGROUND: The FAA selected Bullard, 3M DBI-SALA, Ergodyne, Pensafe, and Radnor equipment to meet the needs of multiple types of equipment that personnel climb. This specialized fall protection equipment is used by over 4,000 technicians, specialists and engineers who are required to complete an initial 3-day training class to become an Expert Climber (Authorized Person Level II), and recurring training every two years. Our technical rescue teams are trained and equipped with the same specific units to perform appropriate rescues, and receive annual refresher training with the specific fall protection equipment. In order to maintain standardization and facilitate competent instruction, inspections, and regular use throughout the workforce, the FAA restricts purchases to one specific design and brand for each item of equipment. This enables the Safety and Environmental Compliance Managers (SECM) and other Competent Persons to maintain a high degree of competency in performing the oversight, inspections, and rescues necessary to keep the equipment in a highly reliable condition and the employees in a comfortable yet safe environment. CAPABILITY STATEMENT AND REQUIRED DOCUMENTS: Interested vendors that have the capabilities to provide OSHA-compliance fall protection equipment must address the following: 1. The capability to provide the all of the quantities of the equipment listed on Attachment A and to deliver these items to the locations listed in Attachment B. Also provide estimates for the item delivery time(s) after contractor receipt of an order. 2. Fill in Attachment A: Item List with Fill-In Prices with catalogue or Rough Order of Magnitude (ROM) unit and extended pricing for providing the required equipment delivered to the locations in Attachment B: Item List with Shipping Locations. SMALL BUSINESS: At this time, the nature of the competition has not been determined. The FAA may decide to 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 Principal North American Industry Classification System (NAICS) size standard code for this requirement is 33999 -- All Other Miscellaneous Manufacturing with a size standard of 500 employees. If you believe that another NAICS code is more appropriate to the work, include supporting justification with your alternate NAICS code. Suggestion of an alternate NAICS code does not require that the work be set-aside or solicited under that alternative code. The FAA will consider information submitted in response to this RFI in determining the method and type of procurement competition. The failure to obtain adequate and appropriate SBA 8(a) or other small business participation may result in a determination to conduct this procurement under other competitive procedures. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA ™s 8(a) Program. RESPONSES: Please include the following in your response to this request: 1. Capability Statement addressing Attachments A and B to include catalogue pricing or an overall ROM price estimate. 2. Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable) SUBMISSION FORMAT: Email your response to Robert Taylor at robert.c.taylor-ii@faa.gov at 4:00 p.m. EST on August 23, 2018. The electronic submission should be in either Microsoft Word format or portable document format (PDF). Submission must include company Point(s) of Contact, telephone number(s), E-mail address(es), and mailing address. If you have questions or need additional information, etc. regarding this RFI, email Robert Taylor at robert.c.taylor-ii@faa.gov. This RFI is for informational purposes only and is not a commitment or a promise by the Government to contract. The Government is not liable for costs associated with the preparation, submittal of inquiries, or responses to this announcement; all costs associated with the RFI submissions will be solely at the interested party ™s expense. Responses to this RFI will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA ™s Contract Opportunities (FAACO) web page (faaco.faa.gov). It is the 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/31184 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/31184/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment A_Item List with Fill-In Prices (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/92342)
Link: https://faaco.faa.gov/index.cfm/attachment/download/92342

 
File Name: Attachment B_Item List with Shipping Locations (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/92343)
Link: https://faaco.faa.gov/index.cfm/attachment/download/92343

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05038288-W 20180817/180815231142-bae3eed5524c9117529178678f2106ec (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.