Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SPECIAL NOTICE

99 -- Market Survey Announcement for Ground Based Navigation Aid Installation Services

Notice Date
6/27/2023 1:21:01 PM
 
Notice Type
Special Notice
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Response Due
8/7/2023 2:00:00 PM
 
Archive Date
08/22/2023
 
Point of Contact
Iann T Washington, Phone: 202-267-4346
 
E-Mail Address
iann.washington@faa.gov
(iann.washington@faa.gov)
 
Description
The Federal Aviation Administration (FAA) is conducting this Market Survey in accordance with the FAA Acquisition Management System (AMS) Section 3.2.1.2.1. THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. A SIR/Request for Proposal may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. Therefore, any cost associated with a market survey submission is solely at the interested vendor�s expense.� The purpose of this RFI is to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses, and 8(a) certified firms capable of providing the services outlined below.� The FAA is seeking information on vendor capabilities to perform all work required to replace existing GBNA equipment with government-furnished equipment following government-specified drawings. Specifically, the purposes of this Market Survey are to gather information on vendor capabilities to perform site surveys of potential sites, to complete construction (concrete pad replacement, trenching), to perform replacement of existing GBNA equipment which includes Instrument Landing System (ILS) and Distance Measuring Equipment (DME), and to support commissioning flight inspections. In addition, the FAA is seeking vendor input and information about suggested FAA partnerships, contractual agreements, and implementation strategies.� � The Navigation Programs Office (AJM-32) will use the information received to determine the market capabilities, state of competition, and potential implementation strategy. The FAA is interested in increasing the amount of Ground Based NAVAIDs installations, specifically ILS and DME in the NAS.� The Navigation Programs Office (AJM-32) plans to investigate the feasibility of entering into a partnership for construction and equipment installation services.�� The FAA is seeking a contractor or contractors that can demonstrate their capability to complete the full implementation of NAVAIDs. The FAA is interested in gathering information regarding the capabilities of vendors to perform construction and equipment installations of various existing Ground Based Navigation Aids (GBNA) equipment. This work may be performed at Navigation Service Group (NSG) 3, 4 and 5 airports, which are; small and non-hub airports (NSG 3), national and regional general aviation airports (NSG 4), and local and basic general aviation airports (NSG 5). ��In support of this effort, contractor(s) will be provided site drawings and the system as government-furnished equipment (GFE) to replace existing GBNA equipment, which includes Localizer (LOC), Glideslope (GS), and DME. The work would require trenching, conduit installation, cabling, and installation of concrete pads. The specifications, together with drawings, would cover all requirements for replacing existing GBNA equipment with GFE. The Contractor would furnish all labor and materials (except Government-furnished equipment), equipment, energy, transportation, and other services necessary to construct all elements of the systems required in Specifications, Drawings, and other Contract documents.� Construction would include all miscellaneous and incidental work necessary for a complete and operational system, whether or not such work is specifically shown or specified. The contractor would adhere to the Operation Risk Management[1] procedures specified by the FAA. [1] https://www.faa.gov/sites/faa.gov/files/2022-06/risk_management_handbook_2A.pdf This market survey will support market research obtained from multiple sources and will be utilized for planning purposes. The FAA intends to review all responses submitted as input to potential contract and implementation strategies. This Market Survey is open to all interested parties. The primary North American Industry Classification System (NAICS) codes for the proposed effort are described below.� The following are NAICS supplemental codes that will also support this effort: 423610 � Electrical Apparatus Equipment, Wiring Supplies, and Related Equipment Merchant Wholesaler; 334511 � Search, Detection, Navigation, Aeronautical, and Nautical System and Instrument Manufacturing; 541330 � Engineering Services, 488190 � Other Support Activities for Air Transportation; and 541611 � Administrative Management and General Management Consulting Services. Interested parties are requested to address, submit documentation and respond to the questions below: a)�������� Provide a description of the company�s capability to perform site surveys of potential installation sites and provide a sample of the information that is provided in a site survey report b)�������� Provide a description of the company�s capability to perform equipment installations for Instrument Landing System (ILS) and/or Distance Measuring Equipment (DME). c)�������� Provide a description of the company�s capability to construct concrete pad, trenching, and cabling required for the project. d)�������� Provide a description of the company�s capability to test and tune the NAVAID equipment in preparation for the flight inspection. e)�������� Provide a description of the company�s capability to assist in a FAA conducted flight inspection.� f)��������� Provide a list of any ILS or DME installations/construction the company has performed in the last ten years.� The list should include the location, date, duration, system installed and client (if applicable). g)�������� Provide input and information that may assist the FAA in determining the best partnership and contractual agreements to initiate the work.� Provide any information needed from the FAA to make a future partnership successful. h)�������� Provide the company�s understanding of the various FAA offices and organizations involved in a NavAid installation project.� i)��������� The FAA believes the best locations to be considered for these installations are Navigation Service Group (NSG) 3, 4 and 5 airports, which are; small and non-hub airports (NSG 3), national and regional general aviation airports (NSG 4), and local and basic general aviation airports (NSG 5).� Does industry have other suggestions? Interested companies must submit their responses to this Market Survey electronically to Iann.Washington@faa.gov no later than August 7, 2023, at 5:00 pm EDT. The subject line of the email responses should read �Market Survey Announcement for Ground Based Navigation Aid Installation Services.� The FAA does not intend to directly respond to public inquiries or recommendations provided for the Market Survey. Telephone calls or paper submissions will not be accepted. Responses will not be returned. Any proprietary or confidential information in the Market Survey submissions must be appropriately marked.��Responses should be submitted electronically in Microsoft Office format. A Microsoft version of the response must also be provided if submissions are provided in portable document file (PDF) format. A 25-page limit applies for responses. Please provide a capability statement addressing each of the questions listed in the order presented above in this Market Survey. Responses must include company point(s) of contact with their respective title(s), telephone number(s), e-mail address(s), SAM UEI number and mailing address. After reviewing Market Survey responses, the FAA may elect to schedule one-on-one discussions with individual vendors to clarify understanding of the documented solution. The FAA reserves the right to conduct one-on-one meetings with all or none of the responders.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee3c47d3e8d7435d82a05813a5239179/view)
 
Record
SN06729043-F 20230629/230627230041 (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.