Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

99 -- Engineering Site Assessment of Federal Aviation Administration (FAA) Unstaffed Infrastructure Sustainment (UIS) facilities

Notice Date
1/28/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA 47 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
9103
 
Response Due
2/25/2010
 
Archive Date
3/12/2010
 
Point of Contact
Nadia Shash, 202-385-6753
 
E-Mail Address
nadia.shash@faa.gov
(nadia.shash@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Aviation Administration (FAA) 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 Unstaffed Infrastructure Sustainment (UIS) Office manages unstaffed infrastructure that houses, protects, and supports National Airspace System (NAS) communications, navigation, surveillance, weather, and other air traffic control equipment. UIS infrastructure comprises of more than 23,500 facilities across 78 UIS facility types, and consists of unmanned buildings and broadcast towers. The FAA is seeking a Contractor to perform a comprehensive assessment of physical and structural conditions of existing UIS facilities at the Las Vegas International Airport and provide a written report detailing the findings of deficiencies, recommendations and detailed engineering cost estimates to implement the solutions. The FAA will utilize the assessment report to set investment and infrastructure priorities. The anticipated contract period will be one (1) year and one (1) pilot site. However, additional locations may be added. 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 541330, Engineering Services with a size standard of $4.5M and/or 236220, Airport building construction with a size standard of $33.5M. All responses (one per company) are to be provided on company letterhead and limited to a total of 15 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. CAPABILITY STATEMENT: All responders must provide a Capability Statement that demonstrates the following (in order): a.The ability to provide professional expertise in the following disciplines: structural, environmental, electrical and mechanical engineers to assess the physical, structural conditions of UIS facilities; including all structural, non-structural, electrical and mechanical components, condition of shelters, access roads, facility security, cables, electrical power, mechanical components, and OSHA compliance. b.The ability to provide all professional expertise, including; labors, material, and equipment necessary to perform design work and ability to implement the recommendations included in the written report, as optional phases, if the FAA decides to expand the scope of work. 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. d.Services provided under previous FAA contracts that are similar in scope and complexity to this effort. Provide detail past performance information for at least three (3) previous contracts including program title, project dates, project value, point of contact, and description of work performed. 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) of no more than 10 pages.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 15 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 February 25, 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/9103/listing.html)
 
Record
SN02052117-W 20100130/100128235204-435dc7053387a86c1c23d2c49da6ba9a (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.