Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

99 -- SOURCES SOUGHT - MARKET SURVEY CAPABILITY ASSESSMENT FOR Interest / Availability for Facilitation / Support Services, Mobile Surveillance Systems (MSS) and Secure Border Initiative Network (SBInet) L-3 Parts /Products

Notice Date
6/14/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
9616
 
Response Due
6/24/2010
 
Archive Date
7/9/2010
 
Point of Contact
Shauna Martinez, 405-954-8321
 
E-Mail Address
shauna.martinez@faa.gov
(shauna.martinez@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT - MARKET SURVEY CAPABILITY ASSESSMENT FOR Interest / Availability for Facilitation / Support Services, Mobile Surveillance Systems (MSS) and Secure Border Initiative Network (SBInet) - L-3 Parts / Products in support of the Department of Homeland Security (DHS), Customs and Border Patrol (CBP). The Department of Homelands Security's (DHS) Secure Border Initiative Network (SBInet) has a comprehensive multi-year plan to secure America's borders. Equipment to be supported includes the MSS (Mobile Surveillance Systems). SBInet is the part of the overall initiative designed to provide the Customs and Border Patrol (CBP) the resources and capabilities necessary to achieve mission success. The FAA Logistics Center serves as an independent Government entity providing engineering, technical, supply chain, item management, and logistics services to support the CBP in the areas of ILS management consulting, primary inventory control point, provisioning, and repair of RADAR, automation, communication, navigation, landing and weather equipment. This Market Survey is intended to identify current market interest and sources capable of facilitating the elements of support required and Parts No / NSN's identified in the paragraph below. Services required by FAA include the following elements: (1) Program Management -- Provide program management support services to include cost and schedule management, tracking / management of purchases, delivery schedules, and expenditures, fulfill routine and special reporting requirements, and all associated subcontract management necessary to support the CBP program and services required as outlined under (2), (3), and (4) herein; (2) Hardware Support -- Maintenance, repair, technical, and/or engineering support for the Long Range Infra-Red Camera, PN 857128, OEM is -L-3 Communications in Mason Ohio. Contractor will perform identified work in-house or acquire / dispatch qualified system technicians to deliver support in the field. Contractor will also perform services and support to include, buying / acquisition of these parts, coordinating of efforts to that end to include inventories, spares, equipment, coordinating for repairs either by the prime or obtaining proper subcontractors, etc. Contractor will work with government personnel and representatives to resolve highly complex problems in support of mission critical operations. The Contractor will be required to perform analysis on highly analytical problems and suggest usable solutions to complex problems; (3) Software Customization -- Identification of retrofits and the implementation of these retrofits as required. Participate in development, testing, implementation, and support of technical problems solution. Provide software upgrades when applicable; and (4) Repairs -- Perform required analysis and repair services for items out of warranty as required. Work requires the contractor be able to identify Commercial-off-the-Shelf /Non-Developmental Item (COTS/NDI) computer hardware, software, and encryption systems to meet customer requirements for CBP systems that are cost-effective and meet the following industry standards: ASTM-D-3951, Standard Practice for Commercial Packaging; EIA 649, National Consensus Standard for Configuration Management; ISO-9000, Quality Management and Quality Assurance Standards; and MIL-HDBK-61, Configuration Management, Appendix A At this time the nature of the competition has not been determined. The purpose of this market survey is to solicit statements of interest and capabilities from all business sizes, including large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required items and services. Interested vendors must supply information that demonstrates their ability to provide the items above and services to include maintenance, repair, technical, and/or engineering support for items identified above. The FAA may decide to pursue a full and open competition, 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, or procure items / services by single source, dependent on responses to this market survey and the FAA's determination of the capabilities of vendors based on information submitted. FAA anticipates that any resultant contract(s) would be Indefinite-Delivery, Indefinite Quantity type with firm fixed unit prices for a base option period of one (1) year with the possibility of up to four (4) option periods of the same length. The principle North American Industry Classification System (NAICS) code for this effort is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a size standard of 750 employees. Interested vendors of all business sizes should submit the following documents to the point of contact listed at the bottom of this announcement: 1. Capability Statement - This document is limited to not more than five (5) pages and must identify: (a) the types of items / services provided by your firm which are same / similar to those items / services outlined in this market survey; (b) dollar value and type of items / services provided by your firm under previous contracts (provide dollar value, type of contract, start / completion dates, and customer / end-user point of contact information); (c) number of years in business; and (d) geographical areas where your company can provide services. 2. Business Declaration Form - Interested vendors shall complete the attached Business Declaration Form and submit it with their capability statement and Narrative of Compliance installation and quality control approach to provide the require item using in-house, teaming, subcontracting, etc. Respondents must provide an indication of the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 3. A copy of the vendor's SBA 8(a) Certification Letter, if applicable. All responses to this market survey must be received by close of business June 24th, 2010. All submittals should be submitted either in hard copy or electronic format (email) to: FAA, NAS Acquisition Division (AMQ-210)Attention: Ms. Shauna Martinez6500 S. MacArthur BoulevardPO Box 25082Oklahoma City, OK 73125-4931 Point of Contact for this survey is Ms. Shauna Martinez, Contract Specialist, Phone: 405-954-8321, Email: shauna.martinez@faa.gov 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 vendors' expense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/9616/listing.html)
 
Record
SN02176645-W 20100616/100614234446-475e895adbcee3260f2a77a95b3755cd (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.