SOURCES SOUGHT
99 -- 6973GH-25-RFI-00006 - VECTOR PTU DEPOT LEVEL REPAIRS & SERVICES - MARKET SURVEY
- Notice Date
- 1/14/2025 12:13:36 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-RFI-00006
- Response Due
- 1/22/2025 2:00:00 PM
- Archive Date
- 01/22/2025
- Point of Contact
- Tamara Maxwell
- E-Mail Address
-
tamara.m.maxwell@faa.gov
(tamara.m.maxwell@faa.gov)
- Description
- MARKET SURVEY FOR COMMERCIAL SUPPORT TO PERFORM DEPOT LEVEL REPAIRS ON A HEAVY-DUTY PAN TILT UNIT (PTU) ASSEMBLY. THE PTU ASSMEBLY IS PART OF THE UNITED STATES CUSTOMS AND BORDER PROTECTION�S SURVEILLANCE SUITE. IT IS USED TO MANUEVER THE ENTIRE SUITE TO ALLOW FOR MULTIRANGE OBSERVATION. THE REPAIRS OF THE PTUS WILL BE CONDUCTED TO SUPPORT THE FEDERAL AVIATION ADMINISTRATION�S PARTNERSHIP WITH CUSTOMS AND BORDER PROTECTION TO ADDRESS THE ISSUES OF BORDER SECURITY ON THE U.S. BORDERS. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is a market survey for repair support availability and comments from industry which will be used in determining viable options to address a requirement to perform depot level maintenance repair and overhaul. 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, and capabilities from businesses interested in and capable of providing required repair support for a Vector-100 Precision Pan-Tilt System. Respondents to this market survey are encouraged to provide any additional thoughts or comments regarding the government�s request which they deem pertinent. 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 � 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, size standard 1,250 employees, applies to this requirement. 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: 1. Capability Statement - This document should identify: History of providing depot level repairs for identical type equipment Relevant previous contracts and awards for depot level repairs, maintenance, and overhauls associated with surveillance equipment. Elaborate: dollar amount of contracts and timeframe activities were completed provide any other relevant details or information. 2. Number of years in business 2. Clearly state whether you can provide all material and labor that may be associated with the repair services being requested. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work. This should include 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 work being requested. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on Wednesday, January 22, 2025. 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-00006 - VECTOR PTU DEPOT LEVEL REPAIRS & SERVICES - 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/42944248dded4305a652fd270f2faa03/view)
- Place of Performance
- Address: Oklahoma City, OK 73169, USA
- Zip Code: 73169
- Country: USA
- Zip Code: 73169
- Record
- SN07313009-F 20250116/250114230136 (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 |