Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2019 FBO #6322
MODIFICATION

C -- Architectural and Engineering (A&E) Services for LMR Tower Replacement (5 sites)

Notice Date
1/24/2019
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
20591
 
Solicitation Number
6973GH-19-R-00088
 
Response Due
1/31/2019
 
Archive Date
3/22/2019
 
Point of Contact
Joshua Huckeby, joshua.d.huckeby@faa.gov, Phone: 405-954-1684
 
Small Business Set-Aside
N/A
 
Description
ORIGINAL RELEASE 1/16/19 AMENDED 1/24/19 MARKET SURVEY FOR ACQUISITION OF ARCHITECTURAL AND ENGINEERING SERVICES IN SUPPORT OF CUSTOMS AND BORDER PROTECTION NO PHONE CALLS PLEASE. ALL QUESTIONS AND RESPONSES MUST BE IN WRITING, PREFERABLY BY EMAIL, TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. THIS IS NOT A SOLICITATION FOR A COMPETITIVE PROPOSAL. RESPONSES WILL NOT BE USED TO DETERMINE AWARD ELIGIBILITY OR LEVEL OF QUALIFICATION. THIS ANNOUNCEMENT IS TO COMMUNICATE A POTENTIAL FUTURE REQUIREMENT, DETERMINE EXISTING COMPETITION POOLS, AND IS A REQUEST FOR INFORMATION AND FEEDBACK. This is a market survey for information and comments from industry that will aid in the formation of an acquisition strategy for Architectural and Engineering (A&E) Services to perform site surveys and construction document packages for Land Mobile Radio (LMR) Tower sites in support of Customs and Border Protection (CBP) within the Department of Homeland Security (DHS). The draft requirements are identified in the attached Statement of Work (SOW). 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. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside any resulting acquisition particularly among service-disabled veteran-owned small businesses or 8(a) certified firms. Interested 8(a) firms should submit a copy of their SBA 8(a) certification letter, if applicable. All documents attached to this announcement are in DRAFT format and are subject to change if/when this requirement is released for official solicitation of proposal. The draft documents are being provided to communicate the FAA s intended acquisition strategy and accuracy of written requirement relative to the work that will need to be performed. Any feedback and/or questions about the draft documents is welcome. This is not a screening information request or official solicitation for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals for this requirement. 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 vendor s expense. The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude from businesses interested in, and capable of, performing this requirement. Respondents to this Market Survey are also encouraged to provide constructive feedback regarding the government s approach to this requirement. The FAA is contemplating an acquisition strategy which utilizes a competitive two-phased solicitation approach in accordance with FAA s Acquisition Management System (AMS) Procurement Guidance found at T3.8.2 (A)18 - Architect-Engineering Services. 1. Phase I will request proposals to in order to evaluate offerors for: a. Professional qualifications of the A-E firm; b. Specialized experience and technical competence in the type of work required; c. Ability to perform the services in a timely manner; d. Past performance on contracts of a similar scope and complexity, including cost control, quality of work, and compliance with schedules; e. Geographical location and knowledge of the project location; f. Other criteria if needed. 2. Phase II will occur after proposals are evaluated by an A&E evaluation board. Only the highest qualified offeror will be solicited during Phase II for cost and pricing information. This intended acquisition approach is subject to change upon release of official solicitation. Offerors shall be responsible for reading and understanding sections L&M of the official solicitation document when released. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS 541330 Engineering Services Size Standard - $15M The FAA is requesting interested vendors to include the following information within their written response to this announcement: 1. Capability Statement - This document should identify: - Type of supplies and A&E services that are provided by your firm - Size, type, and number of previous contracts performed which are of same or similar scope - Number of years in business 2. Clearly state whether or not you can provide all of the types of supplies listed in the draft SOW. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents should provide their strategy for accomplishing this work, including the percentage of work that will be done by subcontract and percentage of overall eligible small, service-disabled veteran-owned and 8(a) certified businesses. The FAA is particularly interested in whether responses indicate the potential offeror s ability to, at a minimum, maintain overall project management this requirement. 4. For the FAA's budget and planning purposes only, a Rough Order of Magnitude (ROM) or 'ballpark estimate' of overall cost per site (i.e. 'about $XXXX.XX'). This data shall not be considered, or used, as competitive pricing information. 5. Please indicate if you possess an active GSA schedule which could provide this requirement. If so, please provide schedule number. 6. Any constructive feedback on the draft documents attached to this announcement. Responses to this market survey will not be considered, in any way, to be official proposals for this requirement. Interested offerors are responsible to monitor FAACO for any future official solicitation that may result from this market survey. All responses to this market survey must be received by 5:00 p.m. Central Time (Oklahoma City, OK) on January 31, 2019. This date is an extension from the original response due date as a result of changes to this announcement. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: Joshua.D.Huckeby@faa.gov Email: Bill.White@faa.gov If email is your method of submission, please include "MARKET SURVEY RESPONSE: AE Services for LMR Tower Replacement in the subject line of your email. Responses and feedback are requested to assist the FAA with project formulation and could impact the current draft requirement documents accordingly. Information provided will not be released as it is submitted but please mark PROPRIETARY on all documents submitted as necessary. If you cannot respond electronically, please send two copies by the indicated deadline to: Mail: Federal Aviation Administration Mike Monroney Aeronautical Center Attn: CO/CS, AAQ-721 AHQ, Bldg 14, 2nd Floor 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-3111 Respondents are encouraged to review the attached documents and provide comments. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available / viewable to you. If so, please proceed to the FAA's Contract Opportunities Website at faaco.faa.gov to obtain the attachments. 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/32445 to view the original announcement. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JAN-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-MAR-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/6973GH-19-R-00088/listing.html)
 
Record
SN05250525-F 20190316/190314230059 (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.