SOURCES SOUGHT
Y -- MARKET SURVEY: THE FEDERAL AVIATION ADMINISTRATION (FAA) REQUIRES SITE PREPARATION SERVICES OF A FIXED TOWER NEAR KINGSVILLE, TX IN SUPPORT OF CUSTOMS AND BORDER PROTECTION (CBP) REMOTE VIDEO SURVEILLANCE SYSTEM UPGRADE (RVSS-U)
- Notice Date
- 2/16/2024 10:54:59 AM
- 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-24-00846-2
- Response Due
- 3/5/2024 2:00:00 PM
- Archive Date
- 03/10/2024
- Point of Contact
- Stephen Branch
- E-Mail Address
-
stephen.n.branch@faa.gov
(stephen.n.branch@faa.gov)
- Description
- The Federal Aviation Administration (FAA) requires site preparation and instillation services of a fixed tower near Kingsville, TX in support of Customs and Border Protection (CBP) Remote Video Surveillance System upgrade (RVSS-U) as described in the attached Statement of Work (SOW) and Drawings. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING OFFICER. CONTACT INFORMATION BELOW. 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 FAA currently estimates this project should cost between $430K - $850K; 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. Interested vendors are encouraged to provide any questions, comments, or concerns related to the requirements contained in the draft documents attached in their response. SITE VISIT A site visit has been scheduled for February 28, 2024, at 10:00 am local time at the address below. You must complete the attached Updated CBP Contractor Information Sheet and forward it to Steven.ctr.Malone@faa.gov and cc Stephen.n.branch@faa.gov on or before February 21, 2024 if you wish to attend. Failure to provide this completed form by this date may result in denial of your access to the site. Site Visit Location: Meet at the ranch entrance on Hwy 77. Coordinates: 27.139233, -97.792705 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. 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 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. 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. � b. Provision of services as listed in the draft Statement of Work that have been provided by your firm for similar efforts. � c. Previous contracts and awards for similar equipment / services (elaborate quantities, dollar amounts and provide detailed information and past performance). � d. Number of years in business. � e. Please clearly state if your company can perform all requirements listed in the SOW. 2. Expected programmatic approach (in-house, teaming, subcontracting, etc.) � a. 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 on March 5, 2024. 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: Kenedy Ranch Tower� 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/55245b838b1344cd8ddc634befb46780/view)
- Place of Performance
- Address: Kingsville, TX, USA
- Country: USA
- Country: USA
- Record
- SN06969470-F 20240218/240216230100 (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 |