SOURCES SOUGHT
Z -- Air Route Surveillance Radar 4
- Notice Date
- 2/4/2025 11:25:54 AM
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-MS-00536
- Response Due
- 2/14/2025 12:00:00 PM
- Archive Date
- 02/14/2025
- Point of Contact
- Haylee Hildebrand
- E-Mail Address
-
haylee.p.hildebrand@faa.gov
(haylee.p.hildebrand@faa.gov)
- Description
- The Federal Aviation Administration (FAA) has a requirement to upgrade the fall protection on the Air Route Surveillance Radar-4 (ARSR-4). The current ladder and ladder safety systems (LSS) on the back of the ARSR-4 are no longer compliant with Environmental Occupational Safety and Health (EOSH) Services requirements. Requirements for the manufacturing of the fall protection system needed for the ARSRs, referred to as kits, are specified in the attached Statement of Work. This requirement is 100% set-aside for competition among small businesses. The North American Industry Classification System (NAICS) codes and size standards for this effort is NAICS 332312 Fabricated Structural Metal Manufacturing, 500 is the size standard. 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 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. The purpose of this market survey is to solicit statements of interest and capabilities from all small businesses capable of providing the specified equipment. The FAA intends to review all response submittals. To make this determination the FAA requires the following from interested vendors: Capability Statement: Clearly demonstrate that the interested vendor is qualified and capable of providing the required equipment, Identify type of goods and/or services provided by your firm, Identify size and type of equipment and services provided by previous contracts (elaborate and provide detailed information and past performance). MANDATORY REQUIREMENTS FOR RESPONSE TO MARKET SURVEY: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a. Capability Statement (as defined above) b. Response shall provide a point of contact name, phone number and email for questions. c. *Proof of Entity Registration in the System for Award Management (https://SAM.gov) d. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable. *Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) �By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� Please respond by submitting complete capability statement by email to: Federal Aviation Administration ATTN: Haylee Hildebrand Email: haylee.p.hildebrand@faa.gov All responses to this market survey must be received by February 14, 2025, 2:00 pm CT marked as �6973GH-25-MS-00536 ARSR-4 Ladder Kits Market Survey response�. ""This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women- owned concerns to acquire short- term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.""
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b76e882148cf4e43aa2e432437a3fa79/view)
- Place of Performance
- Address: Oklahoma City, OK, USA
- Country: USA
- Country: USA
- Record
- SN07332669-F 20250206/250204230036 (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 |