Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

99 -- MARKET SURVEY REFURBISHMENT Be-300 AIRCRAFT INTERIOR

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-07-M-03094
 
Response Due
6/14/2007
 
Archive Date
7/14/2007
 
Description
Market Survey Request for Sources Information Be-300 KING AIR AIRCRAFT Refurbish interior of Aircraft General Information: The Federal Aviation Administration (FAA), Aviation System Standards (AVN) is conducting a Market Survey/Request for Information to improve the Government's understanding of the current marketplace. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. Responses to this market survey will be used to develop the Source List to be used when the solicitation for this requirement is issued, will be used to determine if there is adequate competition to set the requirement aside for SEDB or Small Business or open it up for full and open competition. The NAICS CODE for this requirement is 33641 Aerospace Product and Parts Manufacturing --Size Standard 1,500 personnel. This requirement is for Refurbishing the interior of the aircraft to a Statement of Work. The FAA currently has 18 Be-300 King Air aircraft that will require Refurbishing. The FAA is looking for vendors with capabilities and that also meet airfield runway minimum requirements. In addition, a transportation evaluation factor will be included in any SIR issued for this requirement based on the distance being determined by nautical miles between FAA, Oklahoma City, to the vendors maintenance site and back for 18 aircraft, plus cost of inspection by FAA inspection personnel making the same trip. All decisions will be made based on the information provided by vendors responding to this market survey by returning a completed Attachment A to this document. The FAA aircraft may or may not be available on a regular schedule due to Flight Inspection Requirements. The FAA estimates there may be up to 30 to 60 days per year when the aircraft will not be available to the vendor to start work. Once the aircraft has been delivered to the vendor, the vendor will have 60 to 90 calendar days (to be determined) to complete ing of the aircraft. Attached to this announcement is a draft specification for Refurbishing, note that the actual Refurbishment SOW is in process and will be provided with the SIR when it is formally issued. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://fast.faa.gov. Please note that documents downloaded from sites other than the FAA's Contracting Opportunities Homepage may not be the latest documents, all FAA SIR amendments will also be shown on this site as Amendment when required. Vendors must follow this site daily to determine if additional SIR amendments have been issued. Only offers that provide information packages providing the required certifications and information demonstrating that their site and facilities meeting the minimum site conditions will be added to the source list. The minimum requirements will remain the same for the issued SIR as contained in ATTACHMENT A. All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with the Market Survey/Request for Information submissions will be solely at the interested party's expense. Response to this Market Survey: Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. The Attachment A includes a list of minimums that a vendor must meet to be considered an acceptable source, for example--Length of runway. The aircraft requires a minimum number of feet of runway for take off and landing - sites that do not meet this minimum will be determined to be unacceptable and removed from further consideration for award. The vendor will be required to provide documentation/information on the airfield and runways length with their response to the market survey in support of information provided with the ATTACHMENT A completed, with documentation that follows that clearly demonstrates that the required minimum is met or exceeded. The FAA prefers that all submittals, including attachments, be submitted electronically to the following email address: Please submit in a portable document format (pdf); however, Microsoft Word is acceptable. If you cannot respond electronically, please send to: Federal Aviation Administration E-main Address Attn: Steve Cundiff steve.cundiff@faa.gov Contracting Officer, AMQ-310 P.O. Box 25082 (ZIP-73125) 6500 S. MacArthur Boulevard Oklahoma City, OK 73169 This notice is for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: DOT, Office of Small and Disadvantaged Business Utilization (SADBU), has a program to assist small businesses, small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women -owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5738)
 
Record
SN01306321-W 20070602/070531220644 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.