DOCUMENT
J -- MARKET SURVEY – O-LEVEL FIELD MAINTENANCE SERVICES FOR CBP SOUTHERN BORDER REMOTE VIDEO SURVEILLANCE SYSTEM ON FIXED AND MOBILE SENSOR TOWER SYSTEMS AND (C2) COMMAND AND CONTROL HARDWARE/SOFTWARE SYSTEM MAINTENANCE SUPPORT - Attachment
- Notice Date
- 3/21/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 29636
- Response Due
- 3/28/2018
- Archive Date
- 3/28/2018
- Point of Contact
- John Hawk, john.hawk@faa.gov, Phone: 405-954-8321
- E-Mail Address
-
Click here to email John Hawk
(john.hawk@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is a market survey for Organizational Level Maintenance (O-Level) Services for the Customs and Border Protection (CBP) Southern Border Remote Video Surveillance System on both Fixed Tower and Mobile Surveillance Systems (MSS) and issued in support of the Federal Aviation Administration s interagency agreement with Customs and Border Protection (CBP) within the Department of Homeland Security (DHS). This effort also includes maintenance support for the RVSS-U Command and Control System (C2). 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 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 and capabilities from all businesses that are interested in and capable of performing maintenance and support described in this announcement. 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. The FAA anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of five years (one one-year base period with four one-year option periods). The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICSSize Standard 811219$19M Attached is draft Statement of Work for this effort. Please note this is not a detailed Statement of Work. Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requires the following (limited to 25 pages) from interested vendors based on the attached Scope of Work: 1. Capability Statement - This document should identify: - Type of services provided by your firm - Size and type of services provided by previous contracts (elaborate 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 services required and if you can supply them to all of the geographical locations listed in the General Scope of Work. Please pay particular attention to the requirements/qualifications for technicians described in the General Scope of Work. 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. Comments regarding the draft SOW provided with this announcement. 5. Business Duns number Interested vendors shall supply their company DUNS number. All responses to this market survey must be received by 5:00 p.m. CST, 28 March 2018. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: john.hawk@faa.gov If email is your method of submission, please include "MARKET SURVEY RESPONSE: O-Level RVSS & C2 Maintenance in the subject line of your email. Information provided will not be released 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: John Hawk, AAQ-721, MPB Room 312 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-8321 Attn: John Hawk 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/29636 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/29636/listing.html)
- Document(s)
- Attachment
- File Name: Draft O-Level SOW 03-08-18 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/87765)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/87765
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Draft O-Level SOW 03-08-18 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/87765)
- Record
- SN04861918-W 20180323/180321230928-97e8958ae197b9b84e6d8570d5e47fac (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 |