Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2021 SAM #7082
SOLICITATION NOTICE

J -- FAA Market Survey: SmartStruxure Building Automation System (BAS) Training Services

Notice Date
4/20/2021 6:20:17 AM
 
Notice Type
Presolicitation
 
NAICS
611513 — Apprenticeship Training
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-21-Q-00027
 
Response Due
4/30/2021 1:30:00 PM
 
Archive Date
05/15/2021
 
Point of Contact
Robert C. Taylor II, Phone: 2022674434
 
E-Mail Address
robert.c.taylor-ii@faa.gov
(robert.c.taylor-ii@faa.gov)
 
Description
The purpose of this update to https://beta.sam.gov is to provide a revised, draft Statement of Work (SOW) for this market survey.� Responses are due by 4:30 P.M. Eastern Time on April 30, 2021. 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 Market Survey for the purpose of soliciting statements of interest and capabilities from potential vendors. This Market Survey announcement is not a Request for Proposal (RFP) of any kind. This survey is for informational and planning purposes only. No solicitation exists currently.� The FAA is not seeking or accepting unsolicited proposals. This notice should not be construed as a commitment of any type by the Government to take or not to take any action. Since this is a Market Survey, no evaluation letters or results will be issued to respondents. The Government will not reimburse any costs incurred by vendors in responding to this notice. The responses to this Market Survey will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information that is appropriately marked will be protected in accordance with the FOIA. Responses will not be returned. This announcement does not guarantee that a solicitation or procurement of any kind will be issued and this announcement will not be construed as a commitment by the Government to enter into a contract. *** If the FAA decides to conduct a competition, it may limit the competition to only those vendors who respond to this market survey. *** If a solicitation is issued, it will be announced on the www.beta.SAM.gov web site. It is the prospective offeror's responsibility to monitor this site for the release of any such solicitation. INTRODUCTION The FAA�s Air Traffic Organization (ATO) Safety and Technical Training (AJI) office is conducting a Market Survey to ascertain vendor capabilities to perform the requirements outlined in the attached Draft Statement of Work (SOW) for Industry Certified Building Automation System Virtual and Onsite Training Workshops.� The onsite training will occur at FAA facilities. In the event that the FAA decides to issue a solicitation for such requirements, please note that the SOW issued in connection with any such solicitation may be different than the attached Draft SOW. COMPETITION/SMALL BUSINESS: This Market Survey is conducted, in part, in an effort 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 (SDVOSB), or 8(a) socially and economically disadvantaged businesses (SEDB). SEDB must be certified by the Small Business Administration (SBA). With that said, this Market Survey is intended to seek information from interested vendors of all sizes and types. The acquisition strategy and the nature of this procurement has yet to be determined. The FAA may decide to do a full and open competition, a full or partial set-aside with a business type identified above, or a direct award. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 611513 � Apprenticeship Training, with a size standard of $7.5M. Suggestion of an alternate NAICS code does not require that the work be set-aside or solicited under that alternative code. BACKGROUND: The FAA estimates that it will require industry certified SmartStruxure Building Automation Systems (BAS) training for FAA site technicians, Technical Services Operations Group (TSOG), Operations Engineering Support Group (OESG), and Second Level Engineering employees that operate, maintain, and support National Airspace System (NAS) facilities. Schneider Corporation�s SmartStruxure is one of the primarily types of Building Automation Systems installed in the NAS.� �These systems monitor all power systems and environmental controls for the facilities that they are installed in. The power systems include commercial, back-up, and emergency systems. The environmental controls include boilers, chillers, HVAC systems, air handlers and cooling towers, and other closely related systems. Building Automation Systems allow a facility�s power system watch-stander to monitor all systems from a single location. A Draft Statement of Work is attached to this Market Survey outlining requirements with significantly more detail for interested vendors. Vendors are highly encouraged to read the Draft SOW in full for the best understanding of the FAA's requirement. The requirement is anticipated to be a five-year Indefinite Delivery / Indefinite Quantity (ID/IQ) Fixed Price CLIN type contract, but the anticipated period of performance and contract type are subject to change at the FAA�s discretion. CAPABILITY STATEMENT: In order to make the best determination, the FAA requires the following from interested vendors: 1.�� Type of Service Company provides, customers served, and years of experience that demonstrates the ability to perform the requirements described and outlined in the Draft SOW. 2.�� Detailed description of previous contracts, including size and type of previous contracts, that demonstrates that this previous experience is similar in scope to the requirements as outlined in the Draft SOW. 3.�� Detailed description of current contracts, with-in the past five (5) years of the posting of this Market Survey, including size and type of current contracts, that demonstrates that this current experience is of similar scope to the requirements as outlined in the Draft SOW.� Discuss how well your company performed.� 4.�� Clearly state if your company has previously performed factory certified operations, installations, configurations, alignments, preventative and corrective maintenance, and troubleshooting training services and the total number of years the company has been providing these services. For the past ten years of experience, identify the customers, the contract award dollar amounts, the periods of performance, and the services provided. 5.�� Number of years in business providing factory certified training services, as they relate to the Draft SOW.� For the past ten years of experience, identify the customers, the contract award dollar amounts the periods of performance and the services provided.� �6. If your company will require the services of additional subcontractors to perform the requirements of this contract, please identify any subcontracts, teaming agreements, or partnerships and the estimated percentage of work each third party would perform against the total effort of the contract.� Identify each subcontractor and/or teaming partners by their business type and size, e.g., small businesses, service disabled veteran owned small businesses (SDVOSB), or 8(a) socially and economically disadvantaged businesses (SEDB). RESPONSES: Please include the following in your response to this survey: 1.�� Capability Statement (not to exceed 20 pages; no font than 12-point may be used); 2.�� Name and Address of Company, Point of Contact (name, title, telephone number, and email address) and whether the respondent is a Large or Small Business, an SDVOSB or an SEDB; 3.�� CAGE CODE; and 4.�� DUNS NUMBER. SUBMISSION FORMAT: Email your response to Robert C. Taylor II at robert.c.taylor-ii@faa.gov by 4:30 P.M. Eastern Time on April 30, 2021. Responses received after this deadline will not be considered. 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), Email address (es), and mailing address. If you have questions or need additional information, etc. regarding this market survey, email Robert C. Taylor II at robert.c.taylor-ii@faa.gov. Respondents are encouraged to review the Draft SOW. This Market Survey and attachment is available at https://beta.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/28a8dc57046047cda76f2f765e252aa4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05977504-F 20210422/210420230119 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.