Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2024 SAM #8202
SOURCES SOUGHT

99 -- The FAA has a requirement for National Test Equipment Support will ensure the calibration of Test Equipment (TE). This requirement includes calibration facilities that are predominantly mobile, with fixed facilities for equipment unable to calibrate on a v

Notice Date
5/10/2024 9:12:05 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
6973GJ NON-FRANCHISE ACQ SVC OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-24-S-NTEPC
 
Response Due
5/20/2024 3:00:00 PM
 
Archive Date
06/04/2024
 
Point of Contact
Cilony Alejandro, Phone: 4059547814
 
E-Mail Address
cilony.alejandro@faa.gov
(cilony.alejandro@faa.gov)
 
Description
The FAA has a requirement for National Test Equipment Support will ensure the calibration of Test Equipment (TE). This requirement includes calibration facilities that are predominantly mobile, with fixed facilities for equipment unable to calibrate on a van. The FAA�s inventory of TE is located at FAA facilities throughout the Continental United States (CONUS) and outside the CONUS (OCONUS). The objective of the National Test Equipment Contract is to obtain a broad range of services required by the FAA to support the life cycle management of the TE to maintain NAS systems, facilities, and services. This will allow the National Test Equipment Program Manager (NTEPM) and other stakeholders to ensure TE is calibrated within the specified interval referenced on the Calibration Cycle Requirements Table (CCRT). Responses to this Request for Information 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 nor accepting unsolicited proposals. At this time the nature of the competition has not been determined. The FAA is seeking interest from the small business community for possible set-aside of all or part of the procurement. Responses are desired from any/all eligible 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. FAA anticipates that any resultant contract will be a Fixed-Price contract. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required items. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. The Statement of work consists of Providing a response outlining the capabilities to meet the requirements of the attached SOW. The principle North American Industry Classification System (NAICS) code for this effort is 811210 Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34 million. Interested vendors should submit the following documents to the point of contact listed at the bottom of this announcement: 1. Capability Statement. This document is limited to not more than fifteen (15) pages and must include a brief description of the services provided by your firm which are same/similar to those services outlined in this market survey and same/similar to the draft SOW attached at the bottom of this survey. Your capability statement should also include your company name, address, point of contact information, contractor size and NAICS code. Below is a listing of elements the Government expects to see in a capability statement for this effort: a. Describe your capabilities and/or plan to provide the tasks and services in the SOW including: i. Mobile Calibration Services: This must show the capability of your company to perform on site calibrations. ii. CONUS and OCONUS support: This must show the capability of your company to perform calibrations at sites that are CONUS and OCONUS as detailed on the attachments to this market survey. iii. Fixed Facilities: This must show that you have relationships and/or have the capability to repair/calibrate equipment that cannot be calibrated through mobile calibration efforts. iv. Ability to calibrate the listed mix of TE. b. Describe how you will provide qualified personnel. c. Describe what portions of the contract you would subcontract. If you plan to not subcontract indicate how your company would meet all the requirements. d. Describe your quality control plan. e. Describe your contract implementation plan. f. Provide examples of past performance and experience during the previous five years in the same/similar field. 2. Questions or Concerns about the SOW and attachments: This document is not limited in pages. This document is to provide the FAA with a better understanding of industry standards and concerns that industry has with the draft SOW. We would like you to address each question below but also encourage any comments in order to ensure a smoother procurement process. All responses must be received by 5:00 p.m. CT on May 20, 2024. All submittals should be submitted in electronic format (email) to: Cilony.Alejandro@faa.gov. 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 submission is solely at the interested vendors' expense.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6bbd2995b6a24f44916dfcae53dd31f8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07060540-F 20240512/240510230046 (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.