Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2019 FBO #6267
SOLICITATION NOTICE

J -- Mobile Vehicle Surveillance System (MVSS) Repair Component and System Software Suppotr (RCSSS)

Notice Date
1/18/2019
 
Notice Type
Synopsis
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
20591
 
Solicitation Number
32405
 
Response Due
1/28/2019
 
Archive Date
1/28/2019
 
Point of Contact
Joshua Huckeby, joshua.d.huckeby@faa.gov, Phone: 405-954-1684
 
Small Business Set-Aside
N/A
 
Description
This is a market survey for repair and acquisition services for equipment listed in the DRAFT Statement of Work (SOW). The FAALC also requires procurement and software support for the Primary Mission Support Monitor (PMEM) software. This system allows the central interface to communicate with the mast control box, which in turn, commands the mast up and down. Once the mast is fully deployed, the system captures data from other sensors. Currently fielded PMEM software requires updates and patches which in turn drive hardware and firmware requirement changes. The attached DRAFT Statement of Work (SOW) outlines all the Contractor requirements to sustain and maintain the PMEM software and associated collateral hardware/firmware. All software and data pertaining to the PMEM system are proprietary to the original equipment (system) manufacturer (OEM). It is the FAA ™s intent to develop, award, and administer a contractual agreement on behalf of Customs and Border Protection (CBP) in order to support this effort. While all tasks cited within this Statement of Work (SOW) are in direct support of the Mobile Video Surveillance System (MVSS), this contract will be considered a ścorporate contract ť whereby other requirements generated by the FAA Logistics Center (FAALC) Product Services Division may be added to this contract and considered within its scope. 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 nor accepting unsolicited proposals at this time. Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. 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 vendors' expense. The FAA anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of five (5) years [one (1) one-year base period with four (4) one-year option periods]. 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. In addition to receiving industry input as to recommended approaches, this market survey will be utilized to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required support. 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 principle North American Industry Classification System (NAICS) code for this effort is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1,250 employees. The FAA requires the following (limited to 30 pages) from interested vendors based on the attached draft SOW: 1. Clearly state whether or not you can meet all of the requirements of the SOW; e.g., Procurement Services, Support Equipment Procurement Services, Repair Services, Software Updates, Engineering Studies/Analysis and training. 2. 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 3. Business size All responses to this market survey must be received by 4:00 p.m. CT on 1/28/19. All responses to this announcement should be submitted via email to the Contracting Specialist and Technical POC at the following: Joshua.d.huckeby@faa.gov (Contracting Specialist) connie.m.houpt@faa.gov (Technical POC) Respondents are encouraged to review the attached documents and provide comments and questions. 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 https://faaco.faa.gov to obtain the attachments. 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/32405 to view the original announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/32405/listing.html)
 
Record
SN05198271-F 20190120/190118230004 (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.