SOURCES SOUGHT
J -- MARKET SURVEY FOR SOURCES SOUGHT FOR REPAIR AND SUSTAINMENT OF INDAGO SMALL UNMANNED AIRCRAFT SYSTEMS (SUAS) IN SPPORT OF US CUSTOMS AND BORDER PROTECTION (CBP)
- Notice Date
- 6/24/2022 1:13:50 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-22-RFI-00002
- Response Due
- 7/1/2022 3:00:00 PM
- Archive Date
- 07/02/2022
- Point of Contact
- Josh Huckeby
- 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 EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is an amendment to the previous posted market survey 6973GH-22-RFI-00001, which includes a revised Statement of Work (SOW) and Appendix C (Parts List) thereto.� The FAA�s intent is to establish an Indefinite Delivery/Indefinite Quantity contract to a single vendor capable of providing this requirement in it�s entirety. This Market Survey is for information and comments from industry that will aid in the formation of an acquisition strategy for the repairs and operator training for Indago Small Unmanned Aircraft Systems (SUAS) in support of Customs and Border Protection (CBP) within the Department of Homeland Security (DHS). The draft requirements are identified in the attached draft Statement of Work (SOW). The 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 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. The nature of the competition has not yet 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. The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing the required services per the Statement of Work (SOW). Respondents to this Market Survey are encouraged to provide comments regarding the government�s approach to this requirement. Interested firms are requested to respond to this announcement with the following information: 1. Capability Statement - This document should identify: - Provision of the same services as listed in the SOW that have been provided by your firm - Previous contracts and awards for these services (elaborate: quantities, dollar amounts and provide detailed information and past ���� �� performance) - Number of years in business 2. Clearly state whether or not you can provide all of the services as listed in the draft SOW without Government furnished property or equipment, including: - Please clearly state if you can supply all parts identified in Appendix C attached to this announcement. � - Please clearly state if you currently possess all data needed to repair assets to original manufacturer�s specification. - Please state if you can meet repair turn times for minor/medium/major repairs stated in SOW Attachment 1. - Please state if you can provide adequate depot, storage and repair facilities for the Indago systems. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents are requested to provide their strategy for accomplishing this work, including the percentage of work that will be done by subcontractor, and the utilization of eligible small, service-disabled veteran-owned and 8(a) certified businesses. All responses to this market survey must be received by 5:00 p.m. (Central) on July 1, 2022. All submittals, including attachments, be submitted electronically to the following: Email: joshua.d.huckeby@faa.gov Please include �6973GH-22-RFI-00002 Indago Sustainment� in the subject of all email communications regarding this announcement. Acquisition Management System (AMS) is the FAA�s governing acquisition regulation over the FAR. You can learn more about the FAA�s acquisition policies and procedures at the following website: �https://fast.faa.gov/PPG_Procurement.cfm
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a8d97ed28c1d41aabe02eb7023f78040/view)
- Record
- SN06369173-F 20220626/220624230103 (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 |