Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2021 SAM #7139
SOURCES SOUGHT

99 -- SDO Membership Services

Notice Date
6/16/2021 7:42:22 AM
 
Notice Type
Sources Sought
 
NAICS
813920 — Professional Organizations
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
SDO11
 
Response Due
7/13/2021 11:00:00 AM
 
Archive Date
07/28/2021
 
Point of Contact
Toloria Crawford, Francisco Felix
 
E-Mail Address
toloria.j.crawford@faa.gov, francisco.felix@faa.gov
(toloria.j.crawford@faa.gov, francisco.felix@faa.gov)
 
Description
1.� Introduction/Purpose The Federal Aviation Agency (FAA) Division of Policy and Innovation (AIR-600) has utilized Standards Development Organization (SDO) requirement provider firms since 1976 to support the development of standards for aviation safety. Those standards are the intellectual property of SDOs and are catalogued, maintained and distributed by them.�� Federal laws enacted by Congress encourage the use of industry consensus (voluntary) standards in federal government regulatory and procurement activities.� Consensus standards adopted through this process are not approved by the FAA, but are instead �accepted.� Special committees are established in response to identified needs by government and industry. Committee meetings are held to develop safety performance requirements (standards) that are commonly used in Technical Standard Orders (TSOs), policy and guidance. The FAA has a requirement for a continuation of SDO membership services and inclusion in committee development of comprehensive, industry-vetted and endorsed standards and guidance used as means of compliance with FAA regulations, as it relates to the list of required committees attached to this announcement. In addition, the FAA has a requirement for continuation of unlimited portal access to workspace, current and historical standards in support aviation safety and performance objectives. 2.� Incumbent Contractor The incumbent Contractor for this procurement is SAE International, 400 Commonwealth Drive, Warrendale, PA, 15086. SAE has most recently provided these services to the FAA under grant award number FASAE 09-21. 3.� Nature of Competition The acquisition strategy for the procurement has not been determined at this time; however, either an unrestricted competition, a set-aside, or single source award will be chosen depending, in part, on the responses to the market survey. 4.� Standard Language This is not a Screening Information Request or Request for Proposals 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; Any costs associated with the market survey submittal is solely at the interested vendor�s expense; and All vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary marking 5. North American Industry Classification System (NAICS) Code The applicable NAICS Code for this requirement is 813920, Professional Organizations. The NAICS Size Standard in dollars is $15M. 6.� Submittal Requirements for Market Survey All interested sources should provide a capability statement describing, in 5 pages or less, your capability to address the work as described in the attached statement of work. Capability refers to relevant corporate experience, technical ability and approach to manage a federal project, quality of personnel, quality of processes, etc. Use the following format for your response: Section 1. General information to include your company name, address, contact person name, phone number, fax number, email address(s), DUNS number, and company website if available. Section 2. Technical Ability to meet or exceed the described requirement. Respondents must provide their strategy for accomplishing this work, as fully described in the statement of work. Indicate your company�s expected programmatic approach (in-house, teaming, subcontracting, etc.) Section 3. Past performance of like size, scope, and nature. If applicable, include your company�s SBA certification letter for 8(a) status or VA certification letter for service disabled veteran-owned small business status.� The form and the letter are not part of the 5 page maximum size limitation. 7.� Delivery of Submittals All responses to this market survey must be submitted by 2:00pm (Eastern Time) on ��July 6, 2021. Submissions received after this time and date will be considered late and may not be reviewed. All submittals, including attachments, should be submitted in electronic format (email) to the Contracting Officer, via email to: Francisco.Felix@faa.gov. Please include the Market Survey title in the e-mail submission. No telephone calls will be accepted. There is no question and answer period for this market survey. 8.� Attachments (a) Draft Statement of Work (b) List of Required Committees
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5156cb89cbd4763a934f49d526343ec/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06034319-F 20210618/210616230125 (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.