Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

17 -- RUNWAY STATUS LIGHT (RWSL) SYSTEM EQUIPMENT PURCHASE

Notice Date
4/7/2021 2:23:06 PM
 
Notice Type
Sources Sought
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
AC-21-02830
 
Response Due
4/15/2021 2:00:00 PM
 
Archive Date
04/16/2021
 
Point of Contact
Josh Huckeby, Phone: 4059541684
 
E-Mail Address
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
 
Description
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE POC IDENTIFIED FOR THIS ANNOUNCEMENT. THIS IS NOT A SOLICITATION FOR PROPOSALS. The purpose of this announcement is to conduct a market analysis to identify the availability of sources that can provide the following items: �� Product Number� /�Item Description / Quantity DTHJ2RN0DMF00R0 /�FIXTURE, TAKEOFF HOLD LIGHT (THL), LED, 12"" / 901 Each DREJ2RN0DMR00R0 /�FIXTURE, RUNWAY ENTRANCE LIGHT (REL), LED, 12"" / 2,388 Each 44A7480/13 /�TOP COVER ASSEMBLY /�200 Each 94A0724 /�CORD SET /�200 Each 44A7493/02R1R /�BOTTOM PAN ASSEMBLY /�200 Each 44A7479/MN00 /�THL LIGHT ENGINE / 100 Each 44A7479/LN00 / REL LIGHT ENGINE / 100 Each Other �like� or �similar items� will not be considered. These items are intended to support existing standardized system configurations determined to be critical to the safety of the Nation Air Space (NAS). � COMPETITIVE ENVIRONMENT UNKNOWN At this time, the FAA is unaware if a competitive environment exists for this requirement. If it does, 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 (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The FAA intends to primarily use the responses to this announcement, or lack thereof,�to determine if a competitive environment exists, and if so, whether a set-aside is appropriate in accordance with the FAA Small Business Program and in the best interest of the FAA. If a competitive environment can be determined to exist, the FAA intends to award one Firm Fixed Price (FFP) contract for this requirement to the lowest priced offeror determined to be responsible in accordance with Acquisition Management System (AMS) Procurement Guidance T3.2.2.7(A)(1). If a competitive environment cannot be determined to exist, the FAA intends to pursue a single source acquisition strategy in accordance with AMS Procurement Policy 3.2.2.4 for single source procedures to the Original Equipment Manufacturer (OEM). At this time the OEM, ADB Safegate, is the FAA�s only known source that can provide these items. The responses to this market survey will be used for informational purposes only. This is not a Request for Proposal (RFP) 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. RESPONSES TO THIS ANOUNCEMENT Through this announcement, the FAA is soliciting statements of interest (only) to be submitted prior to response due date of this announcement. Interested vendors are requested to include the following information along with their submissions: 1. Capability Statement - This document should identify: - Company name, POC, brief description of your company. - DUNS and CAGE - Small Business Status (i.e. Large Business, Small Business, SBA 8(a), SDVOSB, WOSB, etc.) - Number of years in business - Previous contracts and awards for similar items and quantities (please elaborate: quantities and total values of previous contracts) 2. Clearly state whether or not you can provide all items listed in this announcement. 3. Rough Orders of Magnitude (ROM), or budgetary estimates, and estimated delivery schedules for these items After Receipt of Order (ARO). Interested vendors must have an active registration in System for Award Management (SAM) with no active exclusions to be considered a responsible vendor for this requirement. � All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on April 15th, 2021. All submittals, including attachments, must be submitted electronically to the following: Email:� Joshua.d.Huckeby@faa.gov Email is the preferred method of response, please include ""SPECIAL NOTICE RESPONSE: RWLS SYSTEM EQUIPMENT PURCHASE� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. Acquisition Management System (AMS) is the governing regulation for the FAA over the Federal Acquisition Regulation (FAR). AMS Procurement Policy 3.2.2.4 is used for single source procedures. Offerors may refer to this policy at the following website: �https://fast.faa.gov/PPG_Procurement.cfm.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/837cd0a291d64e06b2f6d1d777a702dd/view)
 
Record
SN05965579-F 20210409/210407230118 (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.