SOURCES SOUGHT
35 -- 6973GH-25-RFI-00004 - CBP Hwy 4 Tower Mod Fort Brown TX - Market Survey
- Notice Date
- 12/10/2024 9:09:25 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-RFI-00004
- Response Due
- 12/13/2024 2:00:00 PM
- Archive Date
- 12/13/2024
- Point of Contact
- Tamara Maxwell
- E-Mail Address
-
tamara.m.maxwell@faa.gov
(tamara.m.maxwell@faa.gov)
- Description
- MARKET SURVEY FOR THE PROVIDING A SCOPE OF TOWER MODIFICATIONS FOR THE END OF HIGHWAY 4 TOWER FOR THE REMOTE VIDEO SURVEILLANCE SYSTEM UPGRADE (RVSS-U) PROGRAM. THIS ACTIVITY WILL BE PROVIDED TO THE FEDERAL AVAIATION ADMINISTRATION (FAA) IN SUPPORT OF CUSTOMS AND BORDER PATROL (CBP). NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACT OFFICER. CONTACT INFORMATION BELOW. This is a market survey to providing a scope of tower modifications for the End of Highway 4 tower for the Remote Video Surveillance System Upgrade (RVSS-U) Program. Detailed requirements for all modifications are provided in the attached draft statement of work (SOW) and drawings (Attachment 01. End of Highway 4 Drawing Package and Attachment 02. End of Highway 4 Structural Analysis). 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. 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 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 material and services per the requirements/specification document. 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 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. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS � 237130, Power and Communication Line and Related Structures Construction Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requires interested vendors to address the requirements in the attached draft requirements and specification document. This document is provided for feedback and comments. Each vendor should include the following information along with their submission: Capability Statement - This document should identify: History of providing installation services throughout various locations within the continental United States and its territories. Relevant previous contracts and awards for installing radio, broadcasting equipment into preexisting racked shelters (Elaborate: quantities dollar amounts and provide detailed information and past performance Provide information on pertinent current government support activities, for communication installations Number of years in business Clearly state whether you can provide all services listed in the draft requirements document. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work and providing all requested services within stated parameters. This should include the percentage of work that will be done by eligible small, service- disabled veteran-owned and 8(a) certified businesses. ROM:. Provide a ROM for total of all services, travel, transportation, and materials. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on December 13, 2024. The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: tamara.m.maxwell@faa.gov Please include ""6973GH-25-RFI-00004 � CBP HIGHWAY 4 TOWER MOD - MARKET SURVEY RESPONSE� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a8152324adaf4423b90620910d38c529/view)
- Place of Performance
- Address: Oklahoma City, OK 73169, USA
- Zip Code: 73169
- Country: USA
- Zip Code: 73169
- Record
- SN07287799-F 20241212/241210230114 (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 |