Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOURCES SOUGHT

J -- 6973GH-23-RFI-00001 - CBP CHICAGO ANTENNA MAST DESIGN & INSTALLATION

Notice Date
1/30/2023 10:16:24 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-23-RFI-00001
 
Response Due
2/10/2023 2:00:00 PM
 
Archive Date
02/11/2023
 
Point of Contact
Tamara Maxwell, Jason Perry
 
E-Mail Address
tamara.m.maxwell@faa.gov, jason.m.perry@faa.gov
(tamara.m.maxwell@faa.gov, jason.m.perry@faa.gov)
 
Description
6973GH-23-RFI-00001 - CBP CHICAGO ANTENNA MAST DESIGN & INSTALLATION NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST.� CONTACT INFORMATION BELOW. This is a market survey for information and comments from industry that will aid in the formation of an acquisition strategy for the acquisition for CBP Rosemont Facility Antenna Mast Design and Installation in support of the Customs and Border Protection (CBP) within the Department of Homeland Security (DHS). The draft requirements are identified in the attached draft Statement of Work (SOW). The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. 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. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition, justify single source 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 purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing the required repair and acquisition services per the Statement of Work (SOW). Respondents to this Market Survey are encouraged to provide comments regarding the government�s approach to this requirement. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS � 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing � 1,250 Employees Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requires interested vendors to address the requirements in the attached draft Statement of Work (SOW). This document is provided for feedback and comments. Vendors should include the following information along with their submission: 1. Capability Statement - This document should identify: Engineering/design services provided for the same units provided by your firm Installation services of the same/similar units that have been provided by your firm Extended service agreement availability of the same units provided by your firm Availability of standard and extended warranty of parts and repairs provided by your firm���� Previous contracts and awards for the repair and acquisition of these units (elaborate: quantities, dollar amounts and provide detailed information and past performance) Number of years in business 2. Clearly state whether or not you can provide all of the types of supplies and services listed in the draft SOW. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 4. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the draft SOW. All responses to this market survey must be received by 4:00 p.m. CST on Friday, February 10, 2023. The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: Jason.M.Perry@FAA.gov and Tamara.M.Maxwell@FAA.gov Please include ""6973GH-23-RFI-00001 - CBP CHICAGO ANTENNA MAST DESIGN & INSTALLATION - MARKET SURVEY� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9b8779b79024366892ecc1da5824332/view)
 
Place of Performance
Address: Rosemont, IL 60018, USA
Zip Code: 60018
Country: USA
 
Record
SN06577090-F 20230201/230130230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.