SOURCES SOUGHT
Z -- SEEKING SOURCES FOR CRANE SERVICES, IN SUPPORT OF FAA AIR TRAFFIC CONTROL TOWERS CABIN GLASS REPLACEMENTS
- Notice Date
- 5/11/2022 9:06:28 AM
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-22-MS-00003
- Response Due
- 5/27/2022 2:00:00 PM
- Archive Date
- 05/28/2022
- Point of Contact
- Josh Huckeby
- E-Mail Address
-
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
- Description
- NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN EMAILED TO POINT OF CONTACT OF THIS ANNOUNCEMENT. �CONTACT INFORMATION BELOW. This is a market survey for information and comments from industry that will aid in the formation of an acquisition strategy to achieve a rapid ordering capability for crane services across the United States and outlying territories to support replacement of Air Traffic Control Towers (ATCT) Cabin Glass. The draft requirements are identified in the attached draft Statement of Work (SOW) document.� At this time, Federal Contract Corps Inc. is the only known source that has the capability of satisfying this requirement at all possible locations. The FAA anticipates a possible 5-year contract consisting of one base year and four one-year option periods. The FAA may seek a multiple or single award Indefinite Delivery, Indefinite Quantity (IDIQ), Blanket Purchase Agreement (BPA), or Qualified Vendor List (QVL), depending on the condition of the market and otherwise best interest of the FAA. 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 equipment and services per the attached draft SOW. Respondents to this Market Survey are encouraged to provide comments and suggestions regarding the government�s approach to this requirement. 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 FAA is requesting interested vendors to respond to this announcement, on or before the closing date, by providing the following information: 1. Capability Statement - This document should identify: - Provision of the same/similar services as listed in the draft SOW that have been provided by your firm - Previous or current contracts, IDIQ, or BPA performed for these services (Please include contract numbers and Government POC. - Number of years in business 2. Clearly state whether you can provide all of the requirements listed in the draft SOW. Please attempt to address elements of the SOW in your response. � 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). 5. Questions about the DRAFT requirement document. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on May 27, 2022. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: joshua.d.huckeby@faa.gov If email is your method of submission, please include ""MARKET SURVEY RESPONSE: CRANE SERVICES ORDERING VEHICLE� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. 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. If you are viewing this announcement through any other website than www.sam.gov, the attachments may not be available / viewable to you. If so, please proceed to the www.sam.gov website and search for this announcement to obtain the attachments. The FAA�s is the Acquisition Management System (AMS) is the governing regulation for the FAA. You can learn more about the FAA�s acquisition policies and procedures via the following website: https://fast.faa.gov/PPG_Procurement.cfm
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac0cb7970efb4fecb1219e96c344c90d/view)
- Record
- SN06324702-F 20220513/220511230106 (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 |