Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 06, 2024 SAM #8349
SOURCES SOUGHT

N -- FAA Power Systems Design and Install Services (PSDI)II

Notice Date
10/4/2024 10:53:36 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-25-RFI-PSDI2
 
Response Due
11/1/2024 12:00:00 PM
 
Archive Date
11/16/2024
 
Point of Contact
Stefanie Wiles, Jennifer Perry
 
E-Mail Address
stefanie.wiles@faa.gov, jennifer.l.perry@faa.gov
(stefanie.wiles@faa.gov, jennifer.l.perry@faa.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
1. INTRODUCTION The Federal Aviation Administration (FAA)'s Air Traffic Organization (ATO), Power Services Group (PSG) is conducting a Market Survey to ascertain current market conditions and vendor capabilities or a follow-on requirement to design, install, and support electrical power systems supporting National Air Space assets and facilities outlined in the attached Draft Statement of Work (SOW) and Specifications for the next Power systems Installation Services (PSDI) contract. 2.�BACKGROUND The FAA�s PSG has a multiple award follow-on requirement to replace, enhance and support existing power systems.� This requirement includes project management, engineering, installation, and construction work for power systems and power system ancillary equipment and structures.� The primary purpose and effort of this requirement is electrical power systems installation and construction work in existing facilities that includes, but is not limited to, engine generators (10kW to 1,500kW); fuel tanks; fuel systems; Uninterruptible Power Supplies (UPS)(40kVA to 550kVA); panelboards; switchgears; Heating, Ventilation, Air Conditioning (HVAC); equipment shelters; underground power cable distribution systems and fiber optic transmission systems, remote maintenance monitoring systems; Lightning, Grounding and Bonding Protection (LPGBS); alternate energy systems such as photovoltaic/solar, wind power, fuel cells and other emerging technologies; and miscellaneous electrical work.� The engineering services requirement includes site surveys; arc flash risk assessment, coordination studies, short circuit analysis; and design specifications and drawings.� Vendors expressing interest must be capable of providing these services to the FAA anywhere, and simultaneously, within the 48 contiguous United States, Alaska, Hawaii, and United States Territories.� A draft Statement of Work and specifications are attached to this market survey outlining requirements with significantly more detail for interested vendors. Vendors are highly encouraged to read the attachments for the best understanding of the FAA's requirements. The requirement is anticipated to be a ten (10) year Indefinite Delivery/Indefinite Quantity (IDIQ) type contract, consisting of a four (4) year base period and two (2), three (3) year option periods. The anticipated period of performance is subject to change at the FAA�s discretion; however, industry respondents are highly encouraged to provide feedback on this aspect. 3.�CAPABILITY STATEMENT: In order to make the best determination, the FAA requires the following information from interested vendors. � � A.�Type of service provided by company that demonstrates the ability to perform the requirements described and outlined in the� Draft SOW. � � B.�Detailed description of previous contracts, including type of previous contracts, that are of similar scope, and complexity to� the requirements as outlined in the Draft SOW. Provide detailed information and past performance, if available. � � C.�Detailed description of current contracts, including and type of current contracts, that are of similar scope, and complexity to the requirements as outlined in the Draft SOW. � � D.�Clearly state whether you have previously performed work at more than one location simultaneously for same or similar� � � � services to the required scope. � � � E.�Using the table provided below, indicate with an �X� or check mark which region(s)your company is capable and/or interested� in providing services in: Region --- Insert �X� Alaskan�(AK) Central�(IA,�KS,�MO,�NE) Eastern�(DC,�DE,�MD,�NJ,�NY,�PA,�VA,�WV) Great Lakes�(IL,�IN,�MI,�MN,�ND,�OH,�SD,�WI) New England�(CT,�MA,�ME,�NH,�RI,�VT) Northwest Mountain�(CO,�ID,�MT,�OR,�UT,�WA,�WY) Southern�(AL,�FL,�GA,�KY,�MS,�NC,�PR,�SC,�TN,�VI) Southwest�(AR,�LA,�NM,�OK,�TX) Western-Pacific�(AZ,�CA,�HI,�NV,�AS,�GU,�MH) Alaskan�(AK) Central�(IA,�KS,�MO,�NE) Eastern�(DC,�DE,�MD,�NJ,�NY,�PA,�VA,�WV) Great Lakes�(IL,�IN,�MI,�MN,�ND,�OH,�SD,�WI) New England�(CT,�MA,�ME,�NH,�RI,�VT) F.�Clearly state whether you can design, install, and modify power systems listed in SOW Section 1.1 (a, b, and c). G.�Clearly state if you have experience with: � � � � i.�Data Center electrical power systems installations, modifications, and/or maintenance of Data Center electrical power systems. � � � � ii.�Support of Mission Critical Infrastructure, to include HVAC, Building Controls, Alternative Energy Systems, Mechanical� � Systems, Generators, Maintenance Control Center� (MCC�s), UPS, Switchgear, and Parallel Systems;�Load Analysis and Arc Flash Hazard Analysis, Coordination Studies, Short Circuit Analysis; and Operational Risk Management. H.�Number of years in business providing the same or similar services as related to the Draft SOW. I.�State whether your company can perform all, or part of the requirements as described in the Draft SOW. Provide feedback on what portions of the DRAFT SOW could be set-aside for small businesses. J.�If your company will require the services of additional subcontractors to perform the requirements of this contract, please identify any subcontracts, teaming agreements, or partnerships and the estimated percentage of work each third party would perform against the total effort of the contract. 4.�SUBMITTAL REQUIREMENTS FOR MARKET SURVEY Please include the following in your response to this Market Survey: A.�Capability Statement (not to exceed twenty (20) pages, with 12-point Times New Roman font). Please refer to number 3 above. B.�Name and Address of Company, Point of Contact (name, title, telephone number, and email address). C.�Large or Small Business Designation and any Minority/Disadvantaged/Veteran Status. D.�Sam.gov Unique Entity Identifier (UEI). 5.�SUBMISSION INSTRUCTIONS Email any questions to both Stefanie Wiles at Stefanie.Wiles@faa.gov and Jennifer Perry at jennifer.l.perry@faa.gov by Friday, October 11, 2024. Email your response to both Stefanie Wiles and Jennifer Perry by 2:00 PM CST on Friday, November 1, 2024. The electronic submission should be in either Microsoft Word format or Portable Document Format (PDF). 6.�NATURE OF COMPETITION This Market Survey is conducted, in part, in an effort to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among Socially and Economically Disadvantaged Business (SEDB)vendors that are 8(a) certified, Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Historically Underutilized Business Zone (HUBZone)small businesses, Small Disadvantaged Businesses (SDB), Women-Owned Small Business (WOSB) and/or Economically Disadvantaged Women-Owned Small Business (EDWOSB). SEDBs must be certified by the Small Business Administration (SBA). With that said, this Market Survey is intended to seek information from interested vendors of all sizes and types. The acquisition strategy and the nature of this procurement has yet to be determined. The FAA may decide to do a full and open competition or a full or partial set-aside with a business type identified above. 7.�GENERAL In accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1 Market Analysis - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from potential vendors. This Market Survey announcement is not a Request for Proposal (RFP) of any kind. This survey is for informational and planning purposes only. No solicitation exists currently; the FAA is not seeking or accepting unsolicited proposals. This notice should not be construed as a commitment of any type by the Government to take or not to take any action. Since this is a Market Survey, no evaluation letters or results will be issued to respondents. The Government will not reimburse any costs incurred by vendors in responding to this notice. The responses to this Market Survey will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information that is appropriately marked will be protected in accordance with the FOIA. Responses will not be returned. This announcement does not guarantee that a solicitation or procurement of any kind will be issued, and this announcement will not be construed as a commitment by the Government to enter into a contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20d7ec36339e4c55a171996251a97ed8/view)
 
Place of Performance
Address: Oklahoma City, OK, USA
Country: USA
 
Record
SN07234104-F 20241006/241004230109 (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.