Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2024 SAM #8402
MODIFICATION

93 -- Weather Systems Integration Contract (WSIC)

Notice Date
11/26/2024 1:38:37 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-25-R-00002
 
Response Due
1/13/2025 11:00:00 AM
 
Archive Date
01/13/2025
 
Point of Contact
Dana D. Brooks, Phone: 202-267-8704
 
E-Mail Address
dana.d.brooks@faa.gov
(dana.d.brooks@faa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Offerors are invited to respond to this Request for Offer (RFO) � Screening Information Request (SIR). The Federal Aviation Administration (FAA) has a requirement for Weather Systems Integration Contract (WSIC). These requirements include both equipment and services. WSIC will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with a combination of pricing structures (i.e., Firm Fixed Price, Labor Hour, and Cost-Reimbursement). The contract will include a 5-year base period, with three one-year option periods. These options may or may not be exercised, at the sole discretion of the FAA. Questions regarding this RFO - SIR must be provided electronically to the Contracting Officer (9-AFN-WISC@faa.gov). The email subject line must state the SAM.gov Notice ID followed by the company name. Responses must be submitted only in electronic format. Responses must be submitted using the attached Industry Comment Form (Excel file) not later than December 6, 2024. A complete. proposal must be received by the FAA no later than 2:00 p.m. EDT, January 13, 2025. Responses received after the required date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined ineligible. The WSIC SIR attached to this announcement is provided for industry response. When both a PDF file and Microsoft Office document file are provided for the same Section, the PDF file takes precedence in the event of a conflict. The SIR contains: Section Description of Section A SF33 B Supplies or Services and Prices/Costs C Statement of Work (SOW) D Packaging and Marking E Inspection and Acceptance F Deliveries or Performance G Contract Administration Data H Special Contract Requirements I Contract Clauses J List of Attachments J-1 Pricing Worksheet (excel file) J-2 Contract Data Requirements List and /Data Items Description List J-3 FAA Drawing Package Request Form J-4 Example of a Contractor�s Property Management L-1 Past Performance Customer Survey L-2 Qualifying Questions K Representations, Certifications, and Other Statements of Offerors L Instructions, Conditions and Notices to Offerors M Evaluation Factors for Award Proprietary information/data may be submitted and will be handled according to FAA procedures. Any proprietary information submitted must be adequately marked as proprietary and will be protected if appropriately marked. Any information provided under this SIR is for informational purposes only and will not be released to the public. All interested are parties advised that the FAA will NOT pay for any information, or any administrative costs incurred that are associated with any response received from industry in response to this SIR. Therefore, any costs associated with and submissions from an interested party will be solely at their expense. All proposals must be sent in accordance with Section L by the indicated deadline to: Attn: Dana D. Brooks Subject: Response for SIR # 693KA8-25-R-00002 Contracting Officer, AAQ-350 Email: 9-AFN-WSIC@faa.gov Note: Please reference pre-solicitation SIR No. 693KA8-25-R-000TBD for previously information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2cd9e7efdb324b0b8c9f70d1abb23c3f/view)
 
Place of Performance
Address: OK, USA
Country: USA
 
Record
SN07275518-F 20241128/241126230105 (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.