Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:697DCK-22-R-00471
The Federal Aviation Administration (FAA), Boston Enroute Construction Group, has a requirement for contractors that rent Class A Recreational Vehicles. The RV Rentals may be required in response to a...
The Federal Aviation Administration (FAA), Boston Enroute Construction Group, has a requirement for contractors that rent Class A Recreational Vehicles. The RV Rentals may be required in response to any Natural Disasters such as but not limited to: Hurricanes, Tornados, Earthquakes, and Flooding. The RV rentals will be used as temporary housing for Air Traffic Controllers in order to maintain the integrity of the National Air Space. The FAA intends to award multiple Blanket Purchase Agreements (BPA) of up to six (6) or fewer if six contractors do not meet the requirements of the SIR, in accordance with FAA Acquisition Management System (AMS) T3.2.2.5 for Class A Recreational Vehicles RV Rentals throughout the United States in response to potential Natural Disasters and Declared National Emergencies such as but not limited to Hurricanes, Floods, Earthquakes. The contractor shall furnish Class A RV Rentals with the minimum requirements: · Class A · Diesel · Diesel continuous use generator · 32’ · Cooking utensils · Laundry The FAA is interested in all areas throughout the United States, however; the following States that historically have been in the path of Hurricanes will be considered highest priority areas: Florida, Texas, North Carolina, Louisiana, South Carolina, Alabama, Georgia, Mississippi and Puerto Rico. The Request for Offer (RFO) is attached to this announcement. All documents are available in .pdf format. This procurement is set aside exclusively for Small Businesses in accordance with AMS Management Policy # 3.6.1.3.2 Prime Contracting with Small Businesses. The North American Classification Standard is 532120 - $41.5 Million. The FAA reserves the right to review and verify each offerors program eligibility. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Offerors are cautioned to read Section L and M carefully for submission requirements Note: All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the System for Award Management (SAM) website to be eligible for award of a contract. All submittals must be submitted electronically in PDF format. Faxed offers and amendments will not be accepted. Electronic Proposals are due Monday August 15, 2022 at 5:00 p.m.