DOCUMENT
C -- MARKET SURVEY FOR ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CUSTOMS AND BORDER PROTECTION - Attachment
- Notice Date
- 4/17/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 29909
- Response Due
- 4/25/2018
- Archive Date
- 4/25/2018
- 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
- ITLE: MARKET SURVEY FOR ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CUSTOMS AND BORDER PROTECTION - CONTACT: Bill White ORGANIZATION: AAQ-721 REGION: Aeronautical Center (AMC) PHONE NUMBER: 405-954-5238 E-MAIL: bill.white@faa.gov DATE: 17 April 2018 EXPIRES: 25 April 2018 NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This market survey is in support of the Federal Aviation Administration s interagency agreement with Customs and Border Protection (CBP) within the Department of Homeland Security (DHS). The extent of the potential requirements are shown in the attached draft Statement of Work document. Of specific interest is engineering firm s experience with projects involving tower inspection, maintenance, and repair. Services include the ability to perform the comprehensive investigation, assessment, repair, reinforcement, and/or replacement of free standing, self-supporting monopole, or guyed towers, and shelters of various construction types at remote locations throughout the United States. Certification for tower climbing will be required for on-site tower inspection and assessment. Respondents should clearly state their experience with tower projects as well as their ability to provide these services nationwide or state a preference for a more geographically focused area on the border. Such as; Southwest U.S. including CA, AZ, NM or TX, or Northwest U.S from WA to MN, Great Lakes region or Northeast U.S. Attached are two sample tasking's that are provided for contextual/informational purposes only. Responses to this market survey are for informational purposes only. This announcement is not a screening information request or request for a 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. It is anticipated that any resultant contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a one-year base period and four one-year options (to be exercised at the discretion of the FAA). 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. Based on the results of the market analysis, the FAA may utilize single source procedures if warranted. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses that are interested in and capable of providing the required services. 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 Size Standard 541330 $15.0M Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requests responses be limited no more than 15 Pages from interested vendors in accordance with the attached draft SOW: 1. Capability Statement - This document should identify: - Type of supplies and services provided by your firm - Size and type of supplies/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 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. All responses to this market survey must be received by 4:00 p.m. CDT, 25 April 2018. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: bill.white@faa.gov If email is your method of submission, please include "MARKET SURVEY RESPONSE: CBP A-E Services 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 Aeronautical Center Acquisition Services Attn: Bill White, AAQ-721 MPB Room 313 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-3111 Attn: Bill White 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/29909 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/29909/listing.html)
- Document(s)
- Attachment
- File Name: AE IDIQ SOW V4 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/88439)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88439
- File Name: SAMPLE TASKINGS (docx) (https://faaco.faa.gov/index.cfm/attachment/download/88440)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88440
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: AE IDIQ SOW V4 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/88439)
- Record
- SN04891442-W 20180419/180417230607-10861bc80e5e419c8fcbb487b4bc7d14 (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 |