Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

J -- FAA LOGISTICS CENTER TEST EQUIPMENT REPAIR & CALIBRATION SUPPORT SERVICES

Notice Date
4/1/2020 11:32:46 AM
 
Notice Type
Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-20-R-00051
 
Response Due
5/15/2020 1:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Kevin Gramling, Phone: 405-954-3123
 
E-Mail Address
kevin.gramling@faa.gov
(kevin.gramling@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0002 - The purpose of this amendment is to extend the date for proposal receipt from 15 Apr 2020 to 15 May 2020. AMENDMENT 0001 - AMS Clause 3.6.2-40 - Nondisplacement of Qualified Workers (Apr 2009) is hereby removed, please see attached amendment 6973GH-20-R-00051-0001. The announcement is a REQUEST FOR PROPOSAL (RFP) and is not a market survey or request for information.� The RFP and attachments can be found on the beta.SAM website at https://beta.sam.gov. TOTAL SMALL BUSINESS SET-ASIDE The Federal Aviation Administration (FAA) is announcing its plans for the acquisition of Test Equipment Repair & Calibration Support Services for the Federal Aviation Administration Logistics Center (FAALC), Oklahoma City, Oklahoma.� The general scope of work for these services shall be provided to the Groups/Product Divisions within the FAALC. The FAALC Groups/Product Divisions provide technical support and supply support to the FAA National Airspace System (NAS) field facilities and other government agencies. The work to be performed is primarily in support of aircraft guidance systems, surveillance equipment, automation and communications systems and technical data. To accomplish the work effort specified in this PWS the contractor shall provide a wide variety of technical support personnel. The contractor shall perform the services identified in this PWS with minimal assistance from FAA personnel. This acquisition will use streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the Federal Aviation Administration Acquisition Management System (AMS) of 1997.� The contract has a potential duration of five (5) years including a base year with four (4) 1-year options. It is anticipated that a time and material/labor hour type indefinite delivery/indefinite quantity contract will be awarded as a result of this solicitation.� Your attention is directed to Sections L and M of SIR/RFO 6973GH-20-R-00051 for instructions for preparation and submission of proposals.� In conjunction with the set-aside nature of the requirement, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor.� This requirement is found in AMS Clause 3.6.1-7, Limitation on Subcontracting.� The procurement Contract Specialist (PCO), Kevin Gramling, is the sole point of contact for this acquisition. Do not contact the program office or program office personnel at any time regarding this acquisition. All written requests, correspondence, and submittals must be sent to the contract specialist via email at kevin.gramling@faa.gov or to the address specified on Page 1, Item 6, of the Cover Page (Solicitation, Offer, and Award). ALL OFFEROR QUESTIONS, CONCERNS, AND CLARIFICATION REQUESTS MUST BE MADE IN WRITING AND SUBMITTED WITHIN FOURTEEN (14) CALENDAR DAYS OF THE RELEASE OF THE SIR. WRITTEN INQUIRIES RECEIVED WITHIN THIS TIMEFRAME WILL BE ANSWERED IN WRITING AND PROVIDED TO ALL OFFERORS PRIOR TO THE REQUIRED DATE FOR SUBMITTAL OF THE OFFEROR PROPOSALS. THE AGENCY RESERVES THE RIGHT TO NOT ANSWER ANY REQUESTS RECEIVED OUTSIDE OF THE ABOVE TIMEFRAME. FURTHERMORE, OFFERORS SHOULD NOTE THAT THE PROPOSAL DUE DATE WILL NOT BE EXTENDED SOLELY ON THE BASIS OF QUESTIONS RECEIVED WITHIN OR BEYOND THE TIMEFRAME MENTIONED ABOVE. THE FAA WILL NOT PROVIDE VERBAL RESPONSES TO OFFEROR QUESTIONS, CONCERNS, AND CLARIFICATION REQUESTS INITIATED VIA OFFEROR TELEPHONE CALLS. The date and time for receipt of responses is 3:00 p.m. local time, April 15, 2020.� Any responses received after 3:00 p.m., April 15, 2020, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals.� If all requested information is not furnished, the vendor�s response may be determined unacceptable; therefore, not considered as one of the qualified companies.� Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. This SIR/RFP is not to be construed as a contract or a commitment of any kind.� The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/71b8a900611046a5b13fe698abdb2da3/view)
 
Place of Performance
Address: Oklahoma City, OK 73125, USA
Zip Code: 73125
Country: USA
 
Record
SN05607003-F 20200403/200401230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.