SOLICITATION NOTICE
Z -- RVSS NB Communication Equipment Overhaul
- Notice Date
- 7/31/2023 8:09:05 AM
- Notice Type
- Presolicitation
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-23-1008
- Response Due
- 8/14/2023 3:00:00 PM
- Archive Date
- 08/29/2023
- Point of Contact
- Haylee Hildebrand, Connie Houpt
- E-Mail Address
-
haylee.p.hildebrand@faa.gov, connie.m.houpt@faa.gov
(haylee.p.hildebrand@faa.gov, connie.m.houpt@faa.gov)
- Description
- MARKET SURVEY FOR TECHNICAL SERVICE SUPPORT TO OVERHAUL THE COMMUNICATIONS TECHNOLOGY ON A TOTAL OF 15 CUSTOMS AND BORDER PROTECTION (CBP) REMOTE VIDEO SURVEILANCE SYSTEMS (RVSS) NORTHERN BORDER (NB) TOWERS. MOST TOWER SITES WILL REQUIRE TWO MESH RADIOS/ANTENNAS TO BE INSTALLED ON THE TOWER. This is a market survey for information and comments from industry that will aid in the formation of a strategy for the acquisition of services to obtain technical support services to update the communications equipment on several towers that range from 80ft to 120ft. These towers are part of CBPs robust surveillance network on the Northern Border. The Federal Aviation Administration Logistics Center (FAALC) has an interagency agreement with CBP to provide depot level logistics and engineering support to the RVSS NB program. As part of this agreement the FAA procures services and material to maintain and upgrade systems such as RVSS-NB. Detailed requirements pertaining to this market survey can be found in the attached draft Statement of Work (SOW). 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. Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable The responses to this market survey will be used for informational purposes only. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS � 334511, Light reconnaissance and surveillance systems and equipment manufacturing NAICS � 811219, Other Electronic and Precision Equipment Repair and Maintenance NAICS � 237130, Power and Communication Line and Related Structures Construction 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. Each vendor should include the following information along with their submission: 1. Capability Statement - This document should identify: - Experience successfully managing time and law enforcement sensitive projects and associated material - Relevant previous contracts and awards for installation of communication equipment on towers or other structures that are at least 120ft (elaborate: quantities dollar amounts and provide detailed information and past performance) - Provide information on current technical experience capable of performing all requirements detailed in the SOW - Number of years in business 2. Clearly state whether you can provide all the types of supplies 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. *Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) �By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� 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. All responses to this market survey must be received by 5:00 p.m. Central Time (Oklahoma Time) on August 14, 2023. Please include ""MARKET SURVEY RESPONSE: �Remote Video Surveillance System Northern Border (RVSS-NB) Technical Services Communications Overhaul� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACT SPECIALIST. CONTACT INFORMATION IS PROVIDED BELOW All submittals should be submitted in electronic format (email) to: Haylee Hildebrand, Contract Specialist haylee.p.hildebrand@faa.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/433465922b7f4da4a46c1994ad22d498/view)
- Record
- SN06770003-F 20230802/230731230047 (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 |