Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2024 SAM #8244
SOURCES SOUGHT

59 -- Contractor Depot Logistics Support (CDLS) for General National Airspace System (GNAS) Static Transfer Switch (STS) Support

Notice Date
6/21/2024 3:37:47 PM
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-24-MS-00009
 
Response Due
6/28/2024 3:00:00 PM
 
Archive Date
06/29/2024
 
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 WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE POC OF THIS ANNOUNCEMENT. The FAA has a requirement for Contractor Depot Logistics Support (CDLS) for General National Airspace System (GNAS) Static Transfer Switch (STS) Support. A draft Performance Work Statement (PWS) and supporting documents available at this time are attached to this announcement. Please note these documents are in DRAFT format and subject to change as a result of ongoing market research efforts and further development of the FAA�s need.� The services intended to be provided by this requirement are currently being performed under FAA contract DTFAAC-13-D-00026 by L3 Harris Maritime Power & Energy Solutions INC (SAM UEI: HLE1E2KALJA5). This contract is in its final extension period and due to expire completely on August 15th, 2024. To avoid a gap in critical services supporting public safety concerns, the FAA considers this action to be urgent and compelling, and intends to proceed to pursue single source award procedures to the incumbent to ensure a gap in service does not occur. The contract type and duration of this follow-on action has not yet been determined. The FAA is seeking to determine if a competitive environment exists, and if so, intends to seek a short-term bridge-type agreement to facilitate a competitive procurement as soon as feasible. � Conversely, If no responses are received from this announcement, or otherwise the FAA obtains no reasonable expectation a competitive environment exists as a result of this announcement, the FAA intends to seek up to a five year agreement with the incumbent if this is still possible within the remaining time to do so. ��� � Interested vendors must have an active registration in System for Award Management (SAM) and possess no active exclusions to be considered a qualified source capable of doing business with the FAA for this work. Interested vendors claiming small business status for small business set-aside concerns, must identify as such in their SAM representations and certifications under the NAICS of this announcement. � The North American Industrial Classification System (NAICS) codes and size standards for this effort are as follows: 335311 (Power Distribution, and Specialty Transformer Manufacturing) Small business size standard: 800 Employees. Interested and capable vendors should include the following within their submission: 1. Capability Statement - This document should identify: - A clear statement that your company is fully capable to perform all work and interest in submitting a proposal if solicited (elaborate: owned warehouse facilities, business relationships with covered item manufacturers, access to technical data needed for STS repairs, knowledge of reporting systems identified in the PWS).� � - Previous contracts and awards for similar equipment / services (elaborate: quantities, dollar amounts and provide detailed information and past performance) - Number of years in business 2. 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.� 3. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the Requirements List. All responses to this market survey must be received by 5:00p.m. Central Time (Oklahoma Time) on 7/28/2024. All submittals, including attachments, must be submitted electronically to the following: Email:� joshua.d.huckeby@faa.gov Please include ""MARKET SURVEY RESPONSE: CDLS GNAS STS� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. The purpose of this announcement is to solicit statements of interest and capabilities to determine appropriate acquisition strategy, and rough orders of magnitude (ballpark cost estimates) information for budgetary planning purposes only. This is not a screening information request or request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals for this project at this time. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any costs associated with the submission of a response to this announcement is solely at the interested vendor�s risk.This announcement may be cancelled at any time, for any reason, and without notice.� The Award Management System is the FAA�s governing acquisition regulation. You can learn more about the FAA�s acquisition policy and procurement guidance at the following website: https://fast.faa.gov/PPG_Procurement.cfm
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/364c164096664b94a6e68f40b27e8709/view)
 
Record
SN07104661-F 20240623/240621230111 (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.