Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:6973GH-23-R-00180
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. In accordance with the FAA Acquisition Management ...
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. In accordance with the FAA Acquisition Management System, AMS 3.2.2.4, “The following types of procurements are exempt from Section 3.2.2.4 requirements: (b) Noncompetitive awards made to Socially and Economically Disadvantaged Businesses (SEDB) (8(a)), service-disabled veteran owned small businesses (SDVOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Women-Owned Small Businesses (WOSB) or Historically Underutilized Business Zone (HUBZone) small businesses - all of which are governed under AMS policy 3.6.” The purpose of this announcement is to inform industry of the basis of the FAA’s intent to pursue a single source acquisition strategy of a Noncompetitive awards made to Socially and Economically Disadvantaged Businesses (SEDB) (8(a)) from S&K Security Group, LLC for the Network Operations Center (NOC) and Security Operations Center (SOC) IT services and operation and maintenance sustainment services for support the Operational Availability (Ao) of critical border security surveillance systems, commercial cellular, and broadcast tower systems on behalf of Customs and Border Patrol (CBP) and Department of Homeland Security (DHS). The 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 or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this announcement. Therefore any cost associated with the submission is solely at the interested vendor’s expense. All responses to this announcement must be received by 4:00 p.m. Central Time (Oklahoma Time) on Monday, June 15, 2023. The FAA prefers that all responses, including attachments, be submitted electronically to the following: Email: jason.m.perry@faa.gov and tamara.m.maxwell@faa.gov In an email submission, please include "6973GH-23-R-00180 – EAGLE PASS INSTALL - Intent to Single Source” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. Acquisition Management System (AMS) is the FAA’s governing acquisition regulation over the Federal Acquisition Regulation (FAR). You can learn more about the FAA’s acquisition policy and procedures at the following link: https://fast.faa.gov/PPG_Procurement.cfm