SOURCES SOUGHT
J -- Security Systems Maintenance Request for Information
- Notice Date
- 4/8/2025 12:47:19 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- 693KA8-25-SSMRFI
- Response Due
- 4/22/2025 6:00:00 AM
- Archive Date
- 05/07/2025
- Point of Contact
- Krystal Au, Patricia Petersky
- E-Mail Address
-
Krystal.Au@faa.gov, Patricia.Petersky@faa.gov
(Krystal.Au@faa.gov, Patricia.Petersky@faa.gov)
- Description
- In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. The responses to this Market Survey will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information will be protected if appropriately marked. This announcement is not intended to guarantee procurement and will not be construed as a commitment by the Government to enter into a contract. This is not a Screening Information Request (SIR) nor Request for Proposal (RFP). The FAA is neither seeking nor accepting unsolicited proposals. The FAA is seeking interested sources that are capable of providing corrective maintenance for security equipment at FAA staffed facilities throughout the United States and its territories. The detail requirements are identified in the attached Draft Statement of Work (SOW). The anticipated contract period will be one (1) base year with four (4) one (1) year options. The Security System Maintenance (SSM) contract is a National Contract and covers roughly 631 manned facilities, Air Traffic and non-Air Traffic, with a Facility Security Level (FSL) of 2, or higher. This spans 9 Regions, which includes Guam, Puerto Rico and Hawaii. The major security subsystems and equipment are: Access Control Hardware/Firmware (PIC FIPS 201 Compliant Card Readers, Control Panels, etc.) Intrusion Detection Electronic strikes Metal Detector Systems Gate and Barrier Arm Operators including Logic Controllers, Loop Sensors, etc. (excludes gate and barrier arm infrastructure) Entry and Gate Control Video Systems Duress Alarm Systems Large-scale Video Management Systems At this time the nature of the competition has not been determined. The FAA may decide to set aside all or part of the procurement in accordance with AMS. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 561621, Security Systems Services with a size standard of $25M. If you believe that another NAICS code is more appropriate to the work specified in this market survey, include supporting justification with your alternate NAICS code. A respondent's suggestion of an alternate NAICS code does not mean that the procurement will be set-aside or solicited under that alternative code. The FAA will consider information submitted in response to this market survey in determining the method and type of procurement competition. The FAA requires copies of certification letters for eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. CAPABILITY STATEMENT: Please provide a Capability Statement that addresses the past performance and answers the items listed below. Past Performance Provide detailed past performance information for at least three (3) previous contracts including program title, customer name, project dates, project value, customer point of contact, and description of work performed. Include information that describes your experience performing contracts for corrective maintenance similar to the following in size, scope, and complexity: Contract value greater than $9M/year. Roughly 631 sites over disperse geographic locations. Call center experience managing 300-600 calls per month. Technician Response times of 24 hours or less. The major security subsystems and equipment maintained. Provide a brief description of your company, types of services, business size and point(s) of contact, including name, address, phone and email address. Please provide information regarding your available acquisition sources for this requirement. Please indicate if your company currently offers these services through a General Services Administration (GSA) Federal Supply Schedule (FSS) or Multiple Award Schedule (MAS), or other contractual vehicle. RESPONSES: Please include the following in your response to this survey: Copy of SBA 8(a) Certification (if applicable) Capability Statement (not to exceed 5 pages) Responses to RFI Questionnaire (Attachment 2) Respondents are encouraged to review the Draft SOW and Labor Categories and provide comments using the Attachment 3 - Questions and Feedback Excel Form. SUBMISSION RESPONSE: Responses are due no later than 9:00am ET on April 22, 2025. All interested parties must submit their responses via email to: Krystal.Au@faa.gov and Patricia.Petersky@faa.gov. Questions must be in writing via e-mail. No phone calls will be accepted. Responses should include �Market Survey Response to 693KA8-25-SSMRFI"" in the subject line and outline the information in the following categories / format: The electronic submission should be in either Microsoft WORD format or portable document format (PDF). Submission must include company Point(s) of Contact, telephone number(s), E-mail address, and mailing address. This market survey is for informational purposes only and is not a commitment or a promise to contract by the Government. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses to this announcement. Any costs associated with the Market Survey submissions will be solely at the interested party's expense. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on SAM. It is the offeror's responsibility to monitor this site for the release of the solicitation. Thank you for your interest and participation in this RFI. Attached documents: Attachment 1 Draft Statement of Work Attachment J.1 List of Facilities Attachment J.3 Map of Regions Attachment J.4 Labor Categories Attachment J.5 List of Contract Data Line Items (CDRLs) Attachment 2 RFI Questionnaire Attachment 3 Questions and Feedback Excel Form
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/da91d6ccb03f487bbaf3ae253ed5690a/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07401756-F 20250410/250408230056 (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 |