Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:6973GH-22-R-00135
UPDATE 02 Released 8/23/2022 The purpose of this update is to add the following clause to the SIR: AMS 3.6.4-25 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by...
UPDATE 02 Released 8/23/2022 The purpose of this update is to add the following clause to the SIR: AMS 3.6.4-25 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2022) The offer due date is hereby extended as a result to 8/26/2022. See 6973GH-22-R-00135-01 attached as a result of this update. (end of update) ______________________________________________________________________________________________________ UPDATE 01 Released: 8/12/2022 The purpose of this update is to provide recieved questions and the FAA's responses. The offer due date remains unchaged as a result of this update. Questions and answers (Q&A) are as follows: QUESTION 1. Can the Government please provide the types and heights of the structures that the microwave antennas are installed on? FAA RESPONSE: These are tri-legged fixed towers ~180’, in height QUESTION 2. Can the Government please provide the make and model numbers of the antenna mounts currently being used or can the Government confirm that the current existing mounts and attachment hardware can be installed IAW the manufacturers specification at the proposed relocation antenna heights? FAA RESPONSE: Antenna Mount s and Hardware can be reused provided they are not damaged during removal. QUESTION 3. Can the Government please provide the make and model numbers of the current tie backs being used or can the Government confirm that the current existing tie backs can be installed IAW the manufacturers specification at the proposed relocation antenna heights? FAA RESPONSE: Antenna can be reused as a unit dish + Back etc. provided they are not damaged during removal QUESTION 4. Does the current configuration at each site consist of a single LMR cable one (1) ODU for each microwave antenna? FAA RESPONSE: Yes (end of update) _____________________________________________________________________________________________________ The Federal Aviation Administration is seeking proposals via Screening Information Request (SIR) for the relocation of antenna equipment for Relocatable Video Surveillance Systems (RVSS) BUN-011, BUN-012, and BUN-013 near Buffalo, NY. The FAA intends to award one (1) Firm Fixed Price contract to the lowest price technically acceptable (LPTA) offeror otherwise eligible for award. The period of performance is 120 days after award. This competitive award process is a 100% Small Business Set-Aside. Offerors must be registered in System for Award Management (SAM), possess no active exclusions therein, and represent as a Small Business in SAM representations for the NAICS code associated with this announcement to be eligible for award. Further award eligibility requirements are contained in the terms and conditions of the SIR. See Section M of the SIR document 6973GH-22-R-00135 for Instructions to Offerors. See Section L of the SIR to see how proposals will be evaluated. All documents attached to this announcement are considered by the FAA to be in final format at this time. A pre-bid site visit is not currently scheduled for this requirement. Requests should be submitted via email to the POC of this announcement. The FAA intends to conduct only one site survey during this solicitation period if requested. The FAA does not intend to extend this solicitation period to facilitate more than one site visit. If a site visit is scheduled during this announcement, it will be posted as an update to this announcement in SAM.gov. All amendments to this SIR will be likewise posted to this announcement on System for Award Management (SAM.gov). Contractors are cautioned to check the website periodically for amendments and updates. A solicitation mailing list will not be compiled, and amendments will not be sent out in paper copy or via direct email. SAM.gov is the official website for this announcement. Offerors are encouraged to carefully review the instructions to offerors on how to respond to this announcement located in Section M of the SIR document, and how proposals will be evaluated in Section L of the SIR document. Offerors are cautioned that there are items in Section K of the SIR document that require attention. Do not inadvertently omit this. The FAA reserves the right to cancel this solicitation at any time, for any reason, and without notice. Any costs incurred developing a proposal, attending a site visit, or otherwise responding to this announcement is at the risk of the offeror. Award Management System (AMS) is the governing acquisition regulation for the FAA over FAR. You can learn more about the FAA’s procurement policies, procedures, and guidance at the following website: https://fast.faa.gov/PPG_Procurement.cfm