Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOURCES SOUGHT

Y -- **BIL-FUNDED** MARKET SURVEY FOR THE ACQUISITION OF GATE REPLACEMENT AND FENCE INSTALLATION SERVICES AT THE AIR TRAFFIC CONTROL TOWER (ATCT) AT NASHVILLE INTERNATIONAL AIRPORT (BNA) IN NASHVILLE, TN

Notice Date
1/19/2023 3:11:03 PM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
AC-23-01469
 
Response Due
1/26/2023 2:00:00 PM
 
Archive Date
02/01/2023
 
Point of Contact
Stephen Branch
 
E-Mail Address
stephen.n.branch@faa.gov
(stephen.n.branch@faa.gov)
 
Description
The FAA is seeking qualified sources to provide statements of interest in response to this announcement for the purpose of market research and determination of acquisition strategy. This project is intended to be funded by the Bipartisan Infrastructure Law (BIL). As such this project will be subject to associated FAA reporting requirements. If a contract is awarded, the contractor will be responsible to complete and submit this report prior to final payment per the associated contract clause AMS 3.18-1 Bipartisan Infrastructure Law � Reporting Requirements (October 2022) that will be included in any resulting solicitation and contract. A copy of this clause and report form titled �Uniform Bipartisan Infrastructure Law (BIL) Data Report� are available in the attachments of this announcement. This FAA currently estimates this project should cost between $275K - $350K; however, please note the Statement of Work (SOW) attached to this announcement is considered to be in DRAFT format at this time and subject to change as a result of ongoing market research efforts. The FAA's current intended procurement strategy is to award a single Firm Fixed Price (FFP) contract competitively to the lowest price bidder that can be determined fully responsive to the solicitation, can affirmatively be determined responsible via verification of active registration in System for Award Management (SAM.gov) and possesses no exclusions therein, possess no adverse recent and/or relevant past performance, and present low or no apparent overall risk to the FAA if awarded a contract. Please note that the attached requirement documents are in DRAFT format and are subject to change. Interested vendors are encouraged to provide any questions, comments, or concerns related to the requirements contained in the draft documents attached in their response. Responses resulting from this announcement are intended to be used to determine if this requirement can be set-aside for part, or all, for small businesses or for small economically disadvantaged small business. Interested Service-Disabled Veteran Owned Small Businesses (SDVOSB) and participants in SBA�s 8(a) program are particularly encouraged to provide statements of interest in this project for set-aside considerations. In addition to small business type, a local area set-aside (vendors whose businesses are based within the local Nashville, TN area) may also be considered if adequate interest is received by the FAA from local vendors as a result of this announcement. Interested vendors are requested to include the information provided below in their response to this announcement to assist the FAA in finalizing our acquisition strategy for the forthcoming solicitation. 1. Statement of Capability and interest: - A statement of interest that your company would likely bid on this project if a solicitation was released; please identify any missing information or clarification needed for best possible pricing purposes - Provision of services as listed in the draft Statement of Work that have been provided by your firm for similar efforts - Previous contracts and awards for similar equipment / services (elaborate: quantities, dollar amounts and provide detailed information and past performance) - Number of years in business - Please clearly state if your company can perform all requirements listed in the SOW. 2. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 3. Rough Order of Magnitude (a ballpark estimate for the FAA�s budgetary planning purposes) for the services described in the requirement. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on January 26, 2022. The FAA requires that all submittals, including attachments, be submitted electronically to the following: Email: stephen.n.branch@faa.gov Please include ""MARKET SURVEY RESPONSE: Nashville Fence� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. The FAA reserves the right to cancel this announcement at any time, for any reason, and without notice. The Acquisition Management System (AMS) is the governing regulation of FAA acquisitions over the Federal Acquisition Regulation (FAR). You can learn more about the FAA�s acquisition process at the following link: https://fast.faa.gov/PPG_Procurement.cfm
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6d96dea5f684892bfb7fe83700f3374/view)
 
Place of Performance
Address: Nashville, TN 37214, USA
Zip Code: 37214
Country: USA
 
Record
SN06568693-F 20230121/230119230113 (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.