Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2010 FBO #2960
SOLICITATION NOTICE

99 -- Security Equipment Corrective Maintenance Effort

Notice Date
12/30/2009
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-471 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
9008
 
Response Due
1/27/2010
 
Archive Date
2/11/2010
 
Point of Contact
Bill Willenbring, 202-385-6664
 
E-Mail Address
bill.willenbring@faa.gov
(bill.willenbring@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. The FAA is seeking interested sources that are capable of providing corrective maintenance (CM) for security equipment at FAA staffed facilities throughout the United States and its territories. The detail requirements are identified in the attached Draft Statement of Work (SOW). The anticipated contract period will be one (1) base year with four (4) one (1) year options. The FAA estimates the value will be $7M per year covering approximately 1,000 - 1100 staffed facilities. 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 Principal North American Industry Classification System (NAICS) size standard code for this requirement is 561621, Security Systems Services with a size standard of $12.5M. All responses (one per company) are to be provided on company letterhead and limited to a total of 20 typewritten pages. No type font less than 11 point may be used. PURPOSE: This market survey is to provide information for the FAA to consider in choosing the method and type of procurement competition. The failure to obtain adequate and appropriate SBA 8(a) or other small business participation may result in a determination to conduct this procurement under other competitive procedures. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. In order to make this determination the FAA requires the following information from interested vendors: CAPABILITY STATEMENT: All responders must provide a Capability Statement that addresses the following (in order): a.Type of services provided by your firm that demonstrate ability to perform the services described in the Statement of Work. b.Services provided under previous contracts for corrective maintenance that are similar in size, scope and complexity to this effort. Provide detailed information and past performance information for at least three (3) previous contracts including program title, customer name, project dates, project value, customer point of contact, and description of work performed. c.Respondent's access to additional resources, skills, subcontractors, etc, if necessary to perform the contract. If subcontracting, teaming, or partnering arrangements are anticipated, those arrangements must be identified, as well as the estimated percentage of the total effort that each subcontractor, partner, or team member will provide of the total effort. MANDATORY REQUIREMENTS FOR EXPRESSION OF INTEREST: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a.Capability Statement (as defined above) b.Completed Business Declaration Form (attached) c.Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable) SUBMISSION FORMAT: FormatQuantityAddressElectronic1 setnadia.shash@faa.gov OR Hard copy1 originalNadia Shash950 L'Enfant Plaza North, SWSuite 300, WS 105Washington, DC. 20024 NOTES: Electronic submission is preferred. Submissions must not exceed 20 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (PDF). Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received. This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. All Submissions must be received by 2:00 p.m. Eastern Time on January 27, 2010. For questions, requests for additional information, etc. regarding this market survey, contact Nadia Shash, Contracting Specialist, via E-mail: nadia.shash@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities web page. It is the offeror's responsibility to monitor this site for the release of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/9008/listing.html)
 
Record
SN02032934-W 20100101/091230234905-44c3ce613bd9c2d9d1757f71ce761d5c (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.