Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2024 SAM #8409
SOURCES SOUGHT

61 -- 6973GH-25-RFI-00003 � USFS GUYS AND GUYS ANCHOR REMEDIATIONS - MARKET SURVEY

Notice Date
12/3/2024 2:27:12 PM
 
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-00003
 
Response Due
12/13/2024 2:00:00 PM
 
Archive Date
12/13/2024
 
Point of Contact
Tamara Maxwell
 
E-Mail Address
tamara.m.maxwell@faa.gov
(tamara.m.maxwell@faa.gov)
 
Description
MARKET SURVEY FOR THE IMPLEMENTATION OF GUY SYSTEM TENSIONING, MINOR GUY SYSTEM REPAIR REQUIRED FOR TENSIONING AND NEW GROUNDING INSTALLED ON THE GUYS AND GUY ANCHORS OF THE WINONA, GOLDEN POND, AND CASS REPEATER UNITED STATES FOREST SERVICE (USFS) TOWER ASSET. THIS ACTIVITY WILL BE PROVIDED TO THE FEDERAL AVAIATION ADMINISTRATION (FAA) IN SUPPORT OF USFS. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is a market survey to encompass the implementation of guy system tensioning, minor guy system repair required for tensioning and new grounding installed on the guys and guy anchors of all identified USFS tower assets. Tensioning, minor repairs, and grounding shall be performed to meet applicable standards on each identified structure. Detailed requirements for all installation sites are provided in the attached draft requirements document. 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. At this time the nature of the competition has not 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 material and services per the requirements/specification document. Respondents to this market survey are encouraged to provide comments regarding the government�s approach to this requirement. This market survey is also being conducted to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS � 238210, Electrical Contractors and Other Wiring Installation Contractors. Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requires interested vendors to address the requirements in the attached draft requirements and specification document. This document is provided for feedback and comments. Each vendor should include the following information along with their submission: Capability Statement - This document should identify: History of providing installation services throughout various locations within the continental United States and its territories. Relevant previous contracts and awards for installing radio, broadcasting equipment into preexisting racked shelters. (Elaborate: quantities dollar amounts and provide detailed information and past performance) Provide information on pertinent current government support activities, for communication installations Number of years in business 2. Clearly state whether you can provide all services listed in the draft requirements document. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work and providing all requested services within stated parameters. This should include the percentage of work that will be done by eligible small, service- disabled veteran-owned and 8(a) certified businesses. 4. ROM: Each location within the SOW has different list of tasks related to each. Provide a ROM for each and consider the following: Location #1 WINONA REPEATER Location #2 GOLDEN POND REPEATER Location #3 CASS REPEATER Can you price labor, materials, and travel for each location listed in the SOW with the information provided in a ROM? If not, what additional information is needed. Can all the services within the SOW be rendered based on the applicable standards listed? If not, what additional information is needed? See SOW Section 4. Applicable Standards. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on December 13, 2024. The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: tamara.m.maxwell@faa.gov Please include ""6973GH-25-RFI-00003 � USFS GUYS AND GUYS ANCHOR REMEDIATIONS - MARKET SURVEY RESPONSE� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a655e7481ee4365a62e6f1a2df663e6/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN07280546-F 20241205/241203230218 (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.