Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOURCES SOUGHT

C -- RVSS Non-Plumb Tower Investigations (Architectural and Engineering Services)

Notice Date
2/11/2020 11:30:46 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
AC-20-01625
 
Response Due
2/20/2020 3:00:00 PM
 
Archive Date
03/06/2020
 
Point of Contact
Josh Huckeby, Phone: 4059541684
 
E-Mail Address
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
 
Description
The FAA is seeking capable and interested sources for Architectural and Engineering (A&E) services to provide non-destructive investigations on tower foundations and structural analysis reports for seven (7) Remote Video Surveillance Systems (RVSS) in accordance with the attached Statement of Work (SOW). The RVSS are located in close proximity to the following locations: 1. BLW-SMS-C21 (Vic: Blaine, WA) 2. TCA-NGL-FOX TROT (Vic: Tucson, AZ) 3. BLW-BLS-C03 (Vic: Blaine, WA) 4. SDC-IMB-BRITANNIA (Vic: San Diego, CA) 5. SDC-IMB-CUSTOMS COMMERCIAL (Vic: San Diego, CA) 6. DRT-EGT-M 25 HILL (Vic: Del Rio, TX) 7. ELC-CAX-SWINGLES HILL (Vic: Imperial, CA) All documents attached are in DRAFT format and are subject to change if/when this requirement is released for official solicitation. The FAA is currently contemplating a qualification-based source selection process to award one (1) contract.� The purpose of this market survey is to solicit statements of interest and capabilities from businesses interested in and capable of providing this requirement. Rough orders of magnitude are also requested for the FAA�s budgetary planning purposes. Respondents to this Market Survey are encouraged to provide comments regarding the government�s approach to 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 will not accept proposals from this announcement. 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. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside any resulting acquisition particularly among Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or 8(a) certified firms. Interested 8(a) firms should submit a copy of their SBA 8(a) certification letter, if applicable. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS � 541330 � Engineering Services Size Standard - $15M 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: - Type of supplies and A&E services that are provided by your firm - Size, type, and number of previous contracts performed which are of same or similar scope - Number of years in business 2. Clearly state whether or not you can provide all of the services described in the draft SOW. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents should provide their strategy for accomplishing this work, including the percentage of work that will be done by subcontract and percentage of overall eligible small, service-disabled veteran-owned and 8(a) certified businesses. The FAA is particularly interested in whether responses indicate the potential offeror�s ability to, at a minimum, maintain overall project management of this requirement. 4. Please indicate if you possess an active GSA schedule which may provide this requirement (i.e. labor rates for A&E services). If so, please provide schedule number in response.� All responses to this market survey must be received by 5:00 p.m. Central Time (Oklahoma City, OK) on February�20, 2020. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: Joshua.d.huckeby@faa.gov Please include in the subject of the conveying email: ""MARKET SURVEY RESPONSE: RVSS Non-Plumb Tower Investigations� in the subject line of your email. Information provided will remain confidential if marked PROPRIETARY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca1762d043d2416eb49cd0c6c568672e/view)
 
Record
SN05559561-F 20200213/200211230204 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.