Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
SOLICITATION NOTICE

99 -- Engine Management Program for the Gulfstream IV TAY 611-8 Engine Sources Sought/Request for Information

Notice Date
3/5/2019
 
Notice Type
Synopsis
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-722 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
20591
 
Solicitation Number
6973GH-19-R-00113
 
Response Due
3/19/2019
 
Archive Date
5/28/2019
 
Point of Contact
Jason Perry, jason.m.perry@faa.gov, Phone: 405-954-7645
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: 6973GH-19-R-00113 Notice Type: Sources Sought/Request for Information Synopsis: This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued by AAQ-722 at the Federal Aviation Administration (FAA). The FAA is requesting information for the Engine Management Program for the Gulfstream IV TAY 611-8 Engine in accordance with the attached draft statement of work. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought (SS)/Request for Information (RFI) being used to update market research only. There is no solicitation available at this time. Requests for a solicitation will not receive a response. Disclaimer: This SS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, FAA is not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the FAA in developing its acquisition strategy, Statement of Work, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SS/RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the FAA Contract Opportunities website at https://faaco.faa.gov. Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one is issued. ATTENTION: Contractor must be registered with the System for Award Management (SAM) to be eligible for contact award or payment from any activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov/SAM. Program Requirements: Interested persons may identify their interest and capability to respond to the SS/RFI. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The proposed acquisition is for the Engine Management Program for the Gulfstream IV TAY 611-8 Engine. The Contractor must provide an engine management program for two (2) RR TAY 611 8 engines. The contract is expected to be a commercial Firm-Fixed Price/Cost-Reimbursable two-year IDIQ type contract with one basic year and one one-year options. The Government requests interested parties to submit a brief statement of current capability to perform these services. Please limit your submissions to ten pages. Interested sources should provide the following information for your company and for any teaming or joint venture partners: Company Name/Address CAGE Code (if available) DUNS Number Point of Contact Phone/Fax Number Email address Web page URL Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 488190 (Small Business Size Standard $32.5M) The proposed North American Industry Classification Systems (NAICS) Code is 488190, which has a corresponding Size Standard of $32.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran- Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. -Provide any recommendations and/or concerns. -Please indicate whether your interest in this as a prime contractor or as a subcontractor? -Provide Government contract history including contract numbers Capabilities: Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Respond (along with any supporting documentation) directly to: Jason Perry at the following e-mail address: jason.m.perry@faa.gov Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro- enabled extensions, may not be delivered to the intended recipients. Primary Point of Contact: Jason Perry Email: jason.m.perry@faa.gov Phone: 405-954-7645 Attachment: Draft Statement of Work 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/32772 to view the original announcement. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAR-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-APR-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-00113/listing.html)
 
Record
SN05295326-F 20190501/190429230009 (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.