SOLICITATION NOTICE
D -- Remote Video Surveillance System (RVSS) Test Bed Training
- Notice Date
- 2/5/2019
- Notice Type
- Synopsis
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 20591
- Solicitation Number
- 32533
- Response Due
- 2/8/2019
- Archive Date
- 2/8/2019
- Point of Contact
- Joshua Huckeby, joshua.d.huckeby@faa.gov, Phone: 405-954-1684
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY FOR THE ACQUISITION OF REMOTE VIDEO SURVEILLANCE SYSTEM (RVSS) TEST BED TRAINING IN SUPPORT OF CUSTOMS AND BORDER PROTECTION (CBP) 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 information and comments from industry that will aid in the formation of an acquisition strategy for the training for maintenance and operation, set up and configuration assist services for associated software to include Pureactiv, Dragonwave, and associated equipment. These training and configuration services are required to support the RVSS-U testbed software and equipment and must be provided and conducted by an instructor experienced in each of the individual components as they function in the overall design of the RVSS-U system. This requirement will be in support of 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). At this time, General Dynamics Information Technology (GDIT) is the only known source that can successfully perform all aspects of this requirement. 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, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing the required 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 541330, Engineering Services Size Standard $15,000,000.00 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. Each vendor should include the following information along with their submission: 1. Capability Statement - This document should identify: - Provision of the same services as listed in the SOW that have been provided by your firm - Previous contracts and awards for the sales of these parts (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 services as 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 5:00 p.m. Central Time (Oklahoma Time) on February 8, 2018. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: Joshua.d.huckeby@faa.gov Email: Cilony.alejandro@faa.gov If email is your method of submission, please include "MARKET SURVEY RESPONSE: RVSS Test Bed Training 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: Josh Huckeby, AAQ-721 AHQ, Bldg 14, 2nd Floor 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-3111 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/32533 to view the original announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/32533/listing.html)
- Record
- SN05211959-F 20190207/190205230013 (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 |