Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2022 SAM #7453
SOURCES SOUGHT

Z -- SOURCES SOUGHT: MARKET SURVEY FOR DERINGER TOWER AND GULL ISLAND RADAR HARDWARE AND SOFTWARE MAINTENENCE

Notice Date
4/25/2022 3:04:29 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
AC-22-03480
 
Response Due
5/9/2022 2:00:00 PM
 
Point of Contact
Josh Huckeby, Phone: 4059541684
 
E-Mail Address
joshua.d.huckeby@FAA.gov
(joshua.d.huckeby@FAA.gov)
 
Description
This is a market survey to seek potential sources for periodic, emergency, hardware and software maintenance as listed in the DRAFT Statement of Work (SOW). The scope includes the requirements for Tier 2 and Tier 3 support required for the Deringer Tower and Gull Island Radar Systems.� The Deringer Tower Radar System consists of a Furuno X-band FAR 2127BB radar sensor assembly and an Accipter radar control and data processing assembly. The Gull Island Radar System consists of a Furuno X-band FAR 2157BB radar sensor assembly and an Accipter radar control and data processing assembly. Responses to this market survey will be used for informational purposes only.� This is not a Screening Information Request or Request for Proposal of any kind.� The FAA is not seeking nor accepting unsolicited proposals at this time. Any information provided under this market survey is for informational purposes only and will not be released.� Any proprietary information submitted will be protected if appropriately marked.� 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 vendors' expense.The System for Award Management (https://www.SAM.GOV) is the official website for this announcement.� All documents attached to this announcement are considered in DFAR format and are subject to change. The FAA anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of five (5) years [one (1) one-year base period with four (4) one-year option periods. At this time the nature of the competition has not been determined.� 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 or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. In addition to receiving industry input as to recommended approaches, this market survey will be utilized to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required support. This market survey is also being conducted in order 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, or 8(a) certified firms. The principle North American Industry Classification System (NAICS) code for this effort is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1,250 employees.� The FAA requires the following from interested vendors based on the attached draft SOW: 1. Clearly state whether or not you can meet all of the requirements of the SOW for both locations; e.g., Periodic Maintenance, Emergency Maintenance, Software Maintenance. 2. Capability Statement - This document should identify: ���� - Type of services provided by your firm ���� - Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) ���� - Number of years in business 3. Business size 4. Questions about the draft requirement documents. ���� All responses to this market survey must be received by 4:00 p.m. CT (Oklahoma Time) on May 9th, 2022.�� All responses to this announcement should be submitted via email to the Contracting Specialist and Technical POC at the following: Joshua.d.huckeby@faa.gov Acquisiton Management System is the FAA's governing acqusiton regulation over the FAR. You can learn more about FAA acquistion processes and procuderes at the following website: https://fast.faa.gov/PPG_Procurement.cfm.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b305c9bbff4c4eef9c0b777c92c95dd1/view)
 
Record
SN06307329-F 20220427/220425230103 (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.