Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2021 SAM #7095
SOURCES SOUGHT

99 -- Alaskan Satellite Telecommunications Infrastructure (ASTI) Contract Depot Logistics Support (CDLS)

Notice Date
5/3/2021 2:35:33 PM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
693KA7 ENROUTE & TERMINAL CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-21-SS-ASTI-CDLS
 
Response Due
5/13/2021 2:00:00 PM
 
Archive Date
05/28/2021
 
Point of Contact
Janice Bennett, Phone: 202-267-1238
 
E-Mail Address
janice.c.bennett@faa.gov
(janice.c.bennett@faa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Notice ID:����������������������������������������������� 693KA8-21-SS-ASTI-CDLS Title:�������������������������������������������������������� Sources Sought � Alaskan Satellite Telecommunications Infrastructure (ASTI) Contract Depot Logistics Support (CDLS) Issue Date:���������������������������������������������� May 03, 2021 Response Date/Time:��������������������������� May 13, 2021 5:00 PM EDT Contracting Officer:����������������������������� Janice C. Bennett (Janice.c.bennett@faa.gov) Purpose The purpose of this notice is to: Identify SBA-certified 8(a) contractors who are interested and capable of providing Contract Depot Logistics Support (CDLS) for the previously deployed Alaskan Satellite Telecommunications Infrastructure (ASTI) network locations at 42 locations in Alaska (41) and Oklahoma (1).� Request responses from vendors who believe they are currently capable, or will be capable by April 10, 2022, of providing services described above for Contract Depot Logistics Support. Disclaimer This is not a screening information request (SIR) or request for proposal. The FAA is not seeking or accepting unsolicited proposals. The FAA is seeking interested sources that are capable of fulfilling the FAA�s requirements. In accordance with A.M.S. Policy 3.2.1.2.1, this market survey is to solicit statements of interest and capabilities from interested business concerns. This market survey also seeks to identify potential vendors for this work, including groups of business teams. For questions about FAA�s acquisition policies, please visit https://fast.faa.gov, which provides the FAA�s Acquisition Management System (AMS) Policy and Guidance as well as provisions and clauses used by the FAA in its acquisitions. Participation in this market survey is voluntary and respondents may choose to respond to all or some of the requests. Submissions in response to this market survey announcement must be relevant to the subject of the market survey and the survey questions. Responses will be reviewed by U.S. Government employees and a limited number of Government support contractors working under non-disclosure agreements. Background The Federal Aviation Administration (FAA) is conducting a market survey to identify interested and capable SBA-certified 8(a) sources who can provide depot logistics support for the previously deployed Alaskan Satellite Telecommunications Infrastructure (ASTI).� � ASTI is a FAA-owned satellite-based network that provides Alaska with interfacility communications for critical, essential, and routine air traffic control services. The ASTI network topology consists of 43 sites (37 remote earth stations, 4 hubs and 2 labs), leased transponder space segment, and a Network Operations Control Center (NOCC). ASTI uses primary and alternate satellites to provide service diversity. The remote earth stations are linked to their respective hubs and the NOCC through leased transponders. The CDLS requirement includes support for all ASTI components, including: Furnishing sufficient levels of qualified labor and supervision; Direct materials, piece parts, equipment, tools, test equipment, jigs and fixtures; Technical data; COTS documentation if applicable; Configuration management; Quality assurance processes; Facilities, preservation, packaging, packing, marking, and logistics services required to perform and provide depot level repair (NOTE: Depot repair services for components designated as repairable include, but are not limited to, receiving/issuing, coordinating third party repairs, repairing, procurement or replacing hardware Exchange and Repair (E&R) items, expendables, and consumables and repairing of test items); and Supply support for 5,749 parts at CDLS (216 parts are unique). Instructions for Submittals The Government welcomes industry responses from vendors who believe they are currently capable, or will be capable by April 10, 2022, of providing Contract Depot Logistics Support for previously deployed ASTI network locations.� Responses must provide evidence of the vendor�s capability to support, what the FAA understands to be, proprietary systems and at a minimum must address: Knowledge and capability to provide integrated logistics resources including Contractor Depot Logistics Support (CDLS) and Diminishing Manufacturing Sources and Material Shortages (DMSMS) support including Life of Type Buys (LOTBs); failure summary analysis; and restoration of hardware and software to serviceable condition. Responses must be submitted via e-mail to: Janice C. Bennett Contracting Officer, AFN/AAQ-320 janice.c.bennett@faa.gov The email subject line must include the beta.SAM announcement number followed by the company name. Individual e-mail message size (i.e., email body text plus any attachments) must not exceed 10 MB. If more than one email is required to complete a respondent�s submission, then in email subject header following the company name, state which submission in the sequence is contained in the given email and the total number of email submissions being made by respondent (i.e., Email 1 of 2, Email 3 of 3, etc.) Industry feedback will be considered in the preparation of the acquisition strategy. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified. The Government is not responsible for any cost incurred by industry in responding to this notice. Submission of electronic files on digital data storage media (i.e., Blu-ray, DVD or CD; flash drives) will NOT be accepted. All submissions in response to this announcement must be in writing and are due by 5:00 PM EDT on May 13, 2021 (10 days after release). Telephone calls or paper submissions will not be accepted. Comments and questions on the Market Survey are not considered part of the response submission. Responses must be submitted in electronic format according to the format guidelines below. Electronic copies must be provided in Microsoft Office or Adobe PDF (portable document file) format. Submissions must include company point(s) of contact, title(s), telephone number(s), email address(es) and mailing address. Responses will not be returned. Any proprietary or confidential information contained in the market survey submissions must be appropriately marked. All costs associated with the preparation or submission of responses is the responsibility of the potential source. The U.S. Government will not pay for any information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submission, therefore, is solely at the interested vendor�s expense.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b224984b7844d739bb787cf7108116e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05990194-F 20210505/210503230118 (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.