Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
DOCUMENT

J -- MARKET SURVEY: Recovery Communications (RCOM) Antenna Preventive and Corrective Maintenance - Attachment

Notice Date
7/18/2016
 
Notice Type
Attachment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
24898
 
Response Due
8/15/2016
 
Archive Date
8/15/2016
 
Point of Contact
Robert Taylor II, robert.c.taylor-ii@faa.gov, Phone: 202-267-4434
 
E-Mail Address
Click here to email Robert Taylor II
(robert.c.taylor-ii@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 along with soliciting comments from industry for the attached statement of work (SOW). 1. Introduction/Purpose This market survey is designed 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 is conducting this market survey to seek additional potential sources capable of meeting technical and delivery requirements. Any vendor that believes it can provide these services is invited to submit a statement of capabilities (in contractor format) addressing its abilities to meet all of the requirements identified in the SOW provided in Attachment A. 2. Description of the Required Services This is anticipated to be a Firm-Fixed Price Contract with a period of five (5) years, a base year with four (4) one-year option periods. The Federal Aviation Administration (FAA) has a requirement for preventive and corrective maintenance for High Frequency/Single Side Band antenna systems for 8 locations in the United States. The maintenance does not include antenna couplers. Couplers and exciters are supported by the FAA Logistic Center. The contractor would furnish all labor, supervision, tools, equipment, materials, replacement parts, and services for the effort. The Contractor must have a License or be capable of acquiring and using new original equipment manufacturer (OEM) parts, OEM parts remanufactured to meet OEM specifications, or parts meeting or exceeding OEM specifications for antenna system repair. Specific requirements are identified in Attachment A. RCOM Statement of Work (SOW). Any vendor that believes it can provide these services is invited to submit a capability statement addressing its abilities to meet all of the requirements identified below and in the attached draft high-level specification document. The FAA requires proof of documentation from interested service-disabled veteran-owned small businesses and from eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) 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 statement that addresses the following: Statement of capabilities (in contractor format) addressing its abilities to meet all of the requirements identified in the statement of work. 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 (Attachment B) c.Copy of SBA 8(a) Certification Form or proof of documentation from service-disabled veteran-owned small business (if applicable). 4. Nature of Competition The nature of the competition has not been determined at this time. The FAA will assess the responses to this market survey and will make acquisition decisions based on those responses. The FAA may decide to conduct a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. 5. Incumbent Contractor The current contractor for this effort is: United States Tower Services, Ltd. 5263 Agro Drive Frederick, MD 21701 6. General This market survey is only for the purpose of identifying potential sources. No SIR/RFP exists; therefore, do not request a copy of the SIR/RFP. The FAA will not accept unsolicited proposals. 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 market survey announcement, no evaluation letters and/or results will be issued to the respondents. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities (FAACO) web page. It is the Contractor s responsibility to monitor this site for the release of the solicitation. 7. Questions and Comments Submit any questions or comments, which must be limited to aspects of this announcement that affect the preparation of the Market Survey/RFI responses, through email to Robert C. Taylor II at robert.c.taylor-ii@faa.gov NO LATER THAN July 25, 2016. 8. Submittal Requirements for Market Survey/RFI In order to make this determination and to be considered responsive, the FAA requires the following information from interested vendors: a. Capability Statement (as defined above). b. Completed Business Declaration Form (Attachment B). Interested SDVOSB companies self-certify their status on the Business Declaration Form and do not provide SBA Certification Forms for this status. However, if the FAA later decides issue a solicitation and make an award to a SDVOSB, the company must be listed as a SDVOSB on the Veteran Affairs website to be eligible for award. c. Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable). 9. Market Survey/RFI Responses Submission Instructions Interested businesses are to provide capability statements on company letterhead and limited to a total of fifteen (15) pages (using 11 point Times New Roman font, 11 x 8 paper, and 1-inch page margins), excluding the Business Declaration. All responses (one per company) must be submitted via email to Robert C. Taylor II (robert.c.taylor-ii@faa.gov) in *.doc, *.docx, or *.pdf format. No other form of submission will be accepted. RESPONSES ARE DUE BY 5:00PM EDT ON August 15, 2016. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/24898 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/24898/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment A. RCOM Statement of Work (SOW) (docx) (https://faaco.faa.gov/index.cfm/attachment/download/67302)
Link: https://faaco.faa.gov/index.cfm/attachment/download/67302

 
File Name: Attachment B. Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/67303)
Link: https://faaco.faa.gov/index.cfm/attachment/download/67303

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04186665-W 20160720/160718234942-fd6fb132031fcee32bece200035d3a60 (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.