SOLICITATION NOTICE
99 -- MARKET SURVEY: Program Management, Hardware Support and/or Repairs of CBP Generators
- Notice Date
- 5/1/2012
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- 11759
- Response Due
- 5/16/2012
- Archive Date
- 5/31/2012
- Point of Contact
- Connie Houpt, 405-954-7820
- E-Mail Address
-
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS ANNOUNCEMENT IS BEST VIEWED ON THE FAA CONTRACT OPPORTUNITIES WEB SITE: HTTPS://FAACO.FAA.GOV, KEYWORD: GENERATORS.The Department of Homeland Security's (DHS) Secure Border Initiative (SBI) has a comprehensive multi-year plan to secure America's borders. Equipment to be supported includes the MSS and Block 1 Surveillance Towers. SBI is the part of the overall initiative designed to provide the Customs and Border Patrol (CBP) with the resources and capabilities necessary to achieve mission success. The FAA Logistics Center serves as an independent Government entity providing engineering, technical, supply chain, item management, and logistics services to support the CBP in the areas of integrated logistics support management consulting, primary inventory control point, provisioning, and repair of 5.5 kW, 8 kW and 25 kW generator equipment. This Market Survey is intended to identify current market interest and sources capable of facilitating the elements of support required and Part Numbers/NSNs identified in the paragraph below. Services required by FAA include the following elements: (1) Program Management -- Provide program management support services to include cost and schedule management, tracking/management of purchases, delivery schedules, and expenditures, fulfill routine and special reporting requirements, and all associated subcontract management necessary to support the CBP program and services required as outlined under (2) and (3) herein; (2) Hardware Support -- Maintenance, repair, technical and/or engineering support for the: a) Electrical Generator 8 kW, NSN 6115-01-574-7626, PN 8.0HDKBC-2860, Original Equipment Manufacturer (OEM) is Cummins Onan; b) Electrical Generator 5.5 kW, NSN 6115-01-590-6317, PN 5.5HDKBB2860C, OEM is Cummins Onan; and c) Electrical Generator 25 kW, NSN 6115-01-575-1875, PN 25RZGB, OEM is Kohler. Contractor will perform identified work in-house or acquire/dispatch qualified system technicians to deliver support to various field locations (primary locations include: Yuma, AZ; El Paso, TX; San Diego, CA; and Tucson, AZ). Contractor will also perform services and support to include coordinating for repairs either by the prime or obtaining proper subcontractors, etc.; (3) Repairs -- Perform required evaluation and repair services for items out of warranty as required. Work requires the contractor be able to identify Commercial-off-the-Shelf /Non-Developmental Item (COTS/NDI) hardware to meet customer requirements for CBP systems that are cost-effective and meet the following industry standards: ASTM-D-3951, Standard Practice for Commercial Packaging; EIA 649, National Consensus Standard for Configuration Management; ISO-9000, Quality Management and Quality Assurance Standards; and MIL-HDBK-61, Configuration Management, Appendix A. At this time the nature of the competition has not been determined. The purpose of this market survey is to solicit statements of interest and capabilities from all business sizes, including large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms; capable of providing the required items and services. Interested vendors must supply information that demonstrates their ability to provide the items above and services to include maintenance, repair, technical, and/or engineering support for items identified above. T he FAA may decide to pursue a full and open competition, set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses (SDVOB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program, or procure items/services by single source, dependent on responses to this market survey and the FAA's determination of the capabilities of vendors based on information submitted. FAA anticipates that any resultant contract(s) would be Indefinite-Delivery type with firm fixed unit prices for a base option period of one (1) year with the possibility of up to four (4) option periods of the same length. The principle North American Industry Classification System (NAICS) code for this effort is 335312, Motor and Generator Manufacturing with a size standard of 1000 employees. Interested vendors of all business sizes should submit the following documents to the point of contact listed at the bottom of this announcement: 1. Capability Statement - This document is limited to not more than five (5) pages and must identify: (a) the types of items/services provided by your firm which are same/similar to those items/services outlined in this market survey; (b) dollar value and type of items/services provided by your firm under previous contracts (provide dollar value, type of contract, start/completion dates, and customer/end-user point of contact information); (c) number of years in business; and (d) geographical areas where your company can provide services. 2. Narrative of Compliance installation and quality control approach to provide the required item(s)/services using in-house, teaming, subcontracting, etc. Respondents must provide an indication of the percentage of work that will be done by eligible small, SDVOB and 8(a) certified businesses.3. Business Declaration Form - Interested vendors shall complete the attached Business Declaration Form and submit it with their Capability Statement and Narrative of Compliance. A copy of the vendor's SBA 8(a) Certification Letter, if applicable, shall be provided with the Business Declaration Form. All responses to this market survey must be received by 2:00 p.m. CST on May 16, 2012. All submittals should be submitted in electronic format (email) to: Connie Houpt, email: connie.m.houpt@faa.gov. The FAA will not pay for any information received or costs incurred in preparing responses to this market survey. Any proprietary information should be so marked. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these assemblies. Responders to this announcement may be asked to provide additional details/information based on their initial submittal. The final determination by the FAA not to open this requirement to competition, based on any information provided, is solely within the discretion of the FAA. 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/11759/listing.html)
- Record
- SN02735580-W 20120503/120501235440-9fef8523a85e0c40b824995d3bf8c71c (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 |