Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2020 SAM #6883
SPECIAL NOTICE

93 -- CAB GLASS FOR FAA AIR TRAFFIC CONTROL TOWER (ATCT)

Notice Date
10/1/2020 10:07:24 AM
 
Notice Type
Special Notice
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-21-SS-00001
 
Response Due
10/7/2020 2:00:00 PM
 
Archive Date
10/22/2020
 
Point of Contact
Josh Huckeby, Phone: 4059541684, Tamara Maxwell, Phone: 4059547734
 
E-Mail Address
joshua.d.huckeby@faa.gov, tamara.m.maxwell@faa.gov
(joshua.d.huckeby@faa.gov, tamara.m.maxwell@faa.gov)
 
Description
CAB GLASS FABRICATION FOR FAA AIR TRAFFIC CONTROL TOWER (ATCT) NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE POC IDENTIFIED FOR THIS ANNOUNCEMENT. The purpose of this notice is to announce the FAA�s intent to pursue a single source acquisition strategy for the subject requirement and previous announcement (6973GH-20-MS-00002). At this time, Agnora, Inc. is the only known source that can perform this requirement for ATCT cab glass fabrications in accordance with the attached specification. � � The purpose of this announcement is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) for budgetary purposes from interested in and capable vendors. Responses to this announcement are encouraged to provide enough information about their companies to indicate that they are capable of performing this requirement. The responses to this announcement will be used for informational purposes only. This is not a 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 submissions to this announcement is solely at the interested vendor�s expense. Responses to this announcement may also be used to obtain the information necessary to determine whether adequate competition exists, and potential for setting-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The FAA requests interested vendors to include the following information in responses to this announcement: 1. Capability Statement - This document should identify: - Provision of the same or similar services as listed in the Requirements List that have been provided by your firm - Previous contracts and awards for these services (elaborate: quantities, dollar amounts and provide detailed information and past performance) - Number of years in business - Small business, or economically disadvantaged small business status 2. Clearly state whether or not you can provide all of the fabrications and services as listed in the draft documents. 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 documents. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on October 7, 2020. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email:� Joshua.d.Huckeby@faa.gov Email: Tamara.M.Maxwell@FAA.gov Email is the preferred method of response, please include ""SPECIAL NOTICE RESPONSE: ATCT CAB GLASS� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. Acquisition Management System (AMS) is the governing regulation for the FAA over the Federal Acquisition Regulation (FAR). AMS Procurement Policy 3.2.2.4 is used for single source procedures. Offerors may refer to this policy at the following website: �https://fast.faa.gov/PPG_Procurement.cfm.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1874f73353b8482f9a7d0aee0a2ac517/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05816675-F 20201003/201001230150 (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.