SOLICITATION NOTICE
99 -- MARKET SURVEY - REPLACEMENT OF THE CIVIL AEROSPACE MEDICAL INSTITUTE (CAMI) AIRCRAFT CABIN RESEARCH FACILITY
- Notice Date
- 3/21/2012
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-310 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- DTFAAC-12-M-03634
- Response Due
- 4/3/2012
- Archive Date
- 4/18/2012
- Point of Contact
- John Hawk, 405-954-5102
- E-Mail Address
-
john.hawk@faa.gov
(john.hawk@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- TITLE: MARKET SURVEY - REPLACEMENT OF THE CIVIL AEROSPACE MEDICAL INSTITUTE (CAMI) AIRCRAFT CABIN RESEARCH FACILITYPURPOSE:The Federal Aviation Administration (FAA), Civil Aerospace Medical Institute (CAMI) is seeking interested sources that are capable of constructing a new Aircraft Cabin Research Facility (ACRF) which will modernize and upgrade the existing capability and allow for future expansion of the research program through designed flexibility. The wide range of functions provided by the ACRF, combined with advancements in the state of-the-art in simulator technology and associated equipment, requires significant forethought and attention to detail in its design and implementation. The ACRF shall provide the research test bed, for evaluation of aircraft equipment and procedures in emergency scenarios, and the support areas needed for simulator control and data acquisition systems, as well as facilities for storage of ancillary research and maintenance equipment. The attached Technical Specification defines the basic requirements for site preparation and construction of the multiple system components that shall comprise the ACRF, including design and fabrication requirements for the Flexible Aircraft Cabin Simulator (FACS) which is to be delivered, installed, and functionally tested at MMAC in Oklahoma City, OK. The heart of the facility will be the FACS, which will be capable of replicating a range of narrow-body transport aircraft cabin interior configurations at various aircraft positional attitudes, utilizing a flexible aircraft cabin concept designed and implemented to allow timely physical reconfiguration of aircraft type. This market survey is to request information for the CAMI to determine what vendors and available options are in the market place to meet the needs of the organization. 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. All interested parties are advised that the FAA will not pay for any information or administrative costs incurred or associated with industry responses to this Market Survey/RFI. Any proprietary information submitted will be protected if appropriately marked. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. All interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. In order to make this determination the FAA requires the following additional information from interested vendors: 1. Capability Statement - This document should identify: Type of services/products, qualifications and expertise related to this requirement that are provided by your firm, Size and type of these services provided through previous contracts (elaborate and provide detailed information and past performance), Number of years in business All responses must include a capability statement, provided on company letterhead, and include a brief synopsis (10 pages or less) describing the proposed solution and include a rough cost estimate which is being requested for market research planning purposes only. Vendors should identify the equipment as well as any other effort or unique facility requirements that may be needed in order to implement their proposed solution. Please provide information regarding your firm's services and size and types of similar services/equipment provided by previous contacts. Responses must be received by no later than 3:00 P.M., Central Time on 3 April, 2012. Market survey responses received after the time and date specified will be determined to be late and may not be considered. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: john.hawk@faa.gov Cc: robert.shaffstall@faa.govIf email is your method of submission, please include "MARKET SURVEY RESPONSE: DTFAAC-12-M-03634" in the subject line of your email. If you cannot respond electronically, please send at least two copies by the indicated deadline to: Mail: Federal Aviation Administration Mike Monroney Aeronautical Center Attn: John Hawk, AMQ-310 MPB Room 313 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-9468, Attn: John Hawk 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, 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. Interested firms are required to submit the attached Business declaration form and a copy of their SBA 8(a) certification letter, if applicable. The market survey responses will provide information for the FAA to consider in choosing its procurement method. The NAICS code for this effort is 336413 "Other Aircraft Parts and Auxiliary Equipment", with the size standard of 1000 employees. Questions and Comments: Then Government welcomes questions regarding this Market Survey/RFI. Questions and comments will be accepted by the points of contact identified herein via email until 28 March 2012; no other form of questions or comments will be accepted. If determined relevant to the preparation of industry responses to this market survey/RFI, questions and comments may be publicly posted to the FAA's contracting opportunities website. 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. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-12-M-03634/listing.html)
- Record
- SN02701829-W 20120323/120321234748-74d2e73abfe27fa8d2890cc82096ef1f (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 |