Inactive
Notice ID:35346
THE DRAFT REQUIREMENT FOR ANY PREVIOUS RELATED ANNOUNCMENTS HAS CHANGED SIGNIFICANTLY. THIS SHOULD BE VIEWED BY INTERESTED VENDORS AS A NEW REQUIREMENT THAT HAS NOT YET BEEN PREVIOUSLY RELEASED. INTER...
THE DRAFT REQUIREMENT FOR ANY PREVIOUS RELATED ANNOUNCMENTS HAS CHANGED SIGNIFICANTLY. THIS SHOULD BE VIEWED BY INTERESTED VENDORS AS A NEW REQUIREMENT THAT HAS NOT YET BEEN PREVIOUSLY RELEASED. INTERESTED VENDORS WHO HAVE RESPONDED TO ANY PREVIOUS RELATED ANNOUNCEMENTS ARE ENCOURAGED TO REVIEW THE ATTACHED REQUIREMENT DOCUMENTS AND VALIDATE THIER CONTUINUED INTEREST IN THIS REQUIREMENT BY PROVIDING A REPSONSE TO THIS PARTICULAR ANNOUNCEMENT. INTERESTED VENDOR WHO HAVE NOT YET PROVIDED A RESPONSE OR STATEMENT OF INTEREST TO ANY PREVIOUS RELATED ANNOUNCEMENTS ARE REQUESTED TO DO SO AT THIS TIME TO ASSIST THE FAA WITH DETERMINING THE NATURE OF COMPETITION. This is a SOURCES SOUGHT ANNOUNCEMENT for periodic, emergency, hardware and software maintenance of as listed in the Deringer Tower Radar System. The Radar System consists of a Furuno X-band FAR 2127BB radar sensor assembly and a digital Accipter signal and data processing assembly for the Derringer Tower located at the Highgate Springs Port of Entry (POE) as described in the DRAFT Statement of Work (SOW). It is the FAA’s intent to develop, award, and administer a contractual agreement in order to support this effort which supports the US Customs and Border Protection (CBP) mission. 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]. Responses to this announcement 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 in response to this announcement 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 responding to this announcement is solely at the interested vendors' expense. At this time the nature of the competition has not been determined. The FAA may decide to conduct 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. In addition to receiving industry input as to recommended approaches, this market survey will be utilized to solicit statements of interest and capabilities from small businesses, in particular service disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required support. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. To respond to this announcement, the FAA is requesting interested vendors provide the following information in their responses pertaining to the attached draft SOW: 1. Clearly state whether or not you can meet all of the requirements of the SOW; e.g., Periodic Maintenance, Emergency Maintenance, Software Maintenance. 2. Capability Statement - This document should identify: - Type of services provided by your firm - Size and type of services provided by previous similar contracts similar in scope and size - Number of years in business 3. Business size and any socially or economically disadvantaged business status’ held by the vendor. - Small Business Administration (SBA) 8(a) vendors are encouraged to provide a copy of their certification letter from the SBA. - Service Disabled Veteran Owned Small Businesses (SDVOSB) are encouraged to indicate if they are registered in Veterans Administration’s (VA) VetBiz registry. 4. Evidence of System for Award Management - DUNs or Copy of registration page 5. Rough Orders of Magnitude (ROM) for the FAA's budgetary purposes only - Estimates of labor categories and cost or rates required to perform this work (hourly, annually, or overall) - Estimates of material costs required to perform this work - Estimates of Other Direct Costs (ODC) required to perform this work NOTE: This is not a request for proposal. Any ROM information provided will be considered for the FAA’s budgetary considerations only. 6. A brief management approach of how the vendor would perform the requirement if awarded a contract. 7. Any questions, concerns, or suggestions about the attached draft requirement. All responses to this announcement should be submitted prior to the closing date of this announcement and via email to the Contracting Specialist and Technical POC at the following: joshua.d.huckeby@faa.gov (Contracting Officer) connie.m.houpt@faa.gov (Technical POC) Respondents are encouraged to review the attached documents and provide comments and questions. If you are viewing this announcement through any other site than ww.beta.SAM.gov, the attachments may not be available/viewable to you. If so, please proceed to www.beta.sam.gov website to obtain the official announcement and attachment(s).