Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2025 SAM #8479
SOURCES SOUGHT

99 -- Market Survey/RFI - Crossett Flux Scaffolding Tower Assessment - FAA/US Forrest Service

Notice Date
2/11/2025 1:32:49 PM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-24-Crossett-Flux-Tower-Assessment
 
Response Due
3/7/2025 10:00:00 AM
 
Archive Date
03/22/2025
 
Point of Contact
Raymond Lena, Kristen Kendrick
 
E-Mail Address
raymond.a.lena@faa.gov, kristen.n.kendrick@faa.gov
(raymond.a.lena@faa.gov, kristen.n.kendrick@faa.gov)
 
Description
MARKET SURVEY FOR CROSSETT FLUX SCAFFOLDING TOWER ASSESSMENT. 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 a full tower assessment to include all ancillary components attached to the tower, a full tower mapping to include all ancillary components attached to the tower, and a structural analysis to include all ancillary components. Detailed requirements for the assessment are provided in the attached draft requirements document, statement of work (SOW). The contractor shall provide all necessary tools, equipment, material, and technical expertise to complete this effort. All efforts shall meet standard TIA-222 Rev. H and must utilize the most up to date American Society of Civil Engineers (ASCE) Hazard Report data for the area. Reporting shall include a tower load rating and recommendations for correcting any tower load ratings exceeding 100%. The responses to this market survey will be used for informational purposes only. This is not a 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. Interested vendors are requested to provide the following information along with their submission: Capability Statement - This document should identify: SAM UEI POC Brief description of recent and relevant projects (similar in scope and magnitude) History of providing electrical power restoration to remote sites as described in the accompanying SOW, within the continental United States and its territories. FAA�s Request for General Industry Information (Please provide): Verification of license and bonding Any critical missing information from the current SOW that is vital to developing a Firm Fixed Price (FFP) proposal. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents are requested to 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. All responses to this market survey must be received by 12:00 p.m. Central Time (Oklahoma Time) on Mar 7, 2025. The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: Raymond.a.lena@faa.gov Please include ""MARKET SURVEY RESPONSE: �Crossett Flux Scaffolding Tower Assessment� 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/77a4fdd063cf48389d5617527e4b401d/view)
 
Place of Performance
Address: OK, USA
Country: USA
 
Record
SN07340028-F 20250213/250212080332 (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.