Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2025 SAM #8521
SOURCES SOUGHT

58 -- 6973GH-25-R-00108 � CBP MVSS-R Spares and Repair - MARKET SURVEY

Notice Date
3/24/2025 1:49:11 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-25-R-00108
 
Response Due
3/31/2025 2:00:00 PM
 
Archive Date
03/31/2025
 
Point of Contact
Tamara Maxwell
 
E-Mail Address
tamara.m.maxwell@faa.gov
(tamara.m.maxwell@faa.gov)
 
Description
This is a market survey for repair and acquisition services for equipment listed in the DRAFT Statement of Work (SOW). The FAALC also requires procurement and software support for the Primary Mission Support Monitor (PMEM) software. This system allows the central interface to communicate with the mast control box, which in turn, commands the mast up and down. Once the mast is fully deployed, the system captures data from other sensors. Currently fielded PMEM software requires updates and patches which in turn drive hardware and firmware requirement changes. The attached DRAFT Statement of Work (SOW) outlines all the Contractor requirements to sustain and maintain the PMEM software and associated collateral hardware/firmware. All software and data pertaining to the PMEM system are proprietary to the original equipment (system) manufacturer (OEM). It is the FAA�s intent to develop, award, and administer a contractual agreement on behalf of Customs and Border Protection (CBP) in order to support this effort. While all tasks cited within this Statement of Work (SOW) are in direct support of the Mobile Video Surveillance System (MVSS), this contract will be considered a �corporate contract� whereby other requirements generated by the FAA Logistics Center (FAALC) Product Services Division may be added to this contract and considered within its scope. 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 nor accepting unsolicited proposals at this time. Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. 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 vendors' expense. The FAA anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of five (5) years [one (1) one-year base period with four (4) one-year option periods]. At this time the nature of the competition has not been determined. The principle North American Industry Classification System (NAICS) code for this effort is 541990 - All Other Professional, Scientific and Technical Services, with a size standard of $16.5M. The FAA requires the following (limited to 30 pages) from interested vendors based on the attached draft SOW: 1. Clearly state whether or not you can meet all of the requirements of the SOW; e.g., Procurement Services, Support Equipment Procurement Services, Repair Services, Software Updates, Engineering Studies/Analysis and training. 2. Capability Statement - This document should identify: - Type of services provided by your firm - Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) - Number of years in business 3. Business size All responses to this market survey must be received by 4:00 p.m. CST, Friday, March 31, 2025. The FAA requests that all submittals, including attachments, be submitted electronically to the following: Tamara.M.Maxwell@faa.gov (Contracting Officer) Please include ""6973GH-25-R-00108 � CBP MVSS-R Spares and Repair - MARKET SURVEY� 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/9d0696f38a5e48f8ab15e09d52fc7dab/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN07383895-F 20250326/250324230048 (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.