SOURCES SOUGHT
99 -- INSUSTRIAL SUPPORT SERVICES
- Notice Date
- 11/17/2006
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
- ZIP Code
- 00000
- Solicitation Number
- DTFAAC-06-R-02233
- Response Due
- 12/4/2006
- Description
- The Federal Aviation Administration (FAA) has a requirement for Industrial Support Services for the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma. Raytheon Support Services Company is currently performing these services. These services are comprised of several disciplines or job skills, including paint preparation and finishing, metal processing, cabinet making and plastic/fiberglass molding. Although they appear to be very generic job titles, the majority of the actual day-to-day work assignments are unique to the FAA with its many items of noncommercial equipment. The timely processing of these assignments is vital to the safe and efficient operation of the National Airspace System (NAS). The contractor's work and responsibilities shall include all planning, programming, administration and management necessary to provide these services. Requirements are further defined in the attached Performance Work Statement (PWS). The contract will be for a 1-year base period with four 1-year option periods to be exercised at the sole discretion of the Government. The contract type will be Firm-Fixed-Price. North American Industry Classification System (NAICS) code is 811213, Communication Equipment Repair and Maintenance - $6.5/million. This acquisition contemplates a phased approach. This, the initial phase, involves a Request for Qualifications/SIR 1. Only those firms that respond successfully to this Request for Qualifications/SIR 1 will be allowed to participate in the next phase. The remaining phase(s) of the downselect process will be identified in future communications with those firms that successfully respond to this Request for Qualifications/SIR 1. Companies that are interested and possess certain special standards of responsibility are to provide specific information as to the unique capabilities to be brought to the performance of this requirement. The specific information provided must be accurate and complete because it will be used to determine each vendor's eligibility to participate. Documentation must be provided to substantiate any statement of fact that goes to the vendor's eligibility pursuant to this Request for Qualifications/SIR 1. The FAA reserves the right to contact references and verify each vendor's information. Any statement included in a vendor's response that is verified by the FAA as either false or misleading will be cause for rejection. All documentation is limited to 10 pages (8-1/2"x11", printed on one side). Failure to comply with this page limitation may be cause for rejection of a vendor's response. CAUTION: FAA evaluators will read only up to the page limit as specified. Four copies are requested. Mere statements of compliance or intention to comply are unacceptable. All responses submitted must address the capability of the vendor to meet the special standards of responsibility. SPECIAL STANDARDS OF RESPONSIBILITY: The following information must be addressed in each vendor's submission in order for the FAA to determine a vendor's eligibility to participate further in any subsequent SIR. (Note: Each submission will be evaluated on an "acceptable/unacceptable" basis. Where a submission is found to be unacceptable in any area of a special standard of responsibility, the entire submission will be considered unacceptable.) 1. Past Performance and Experience: (Note: Past performance represents "how well" an offeror accomplished the effort. Experience simply means an offeror has "done it." Of additional importance is that past performance and experience must be current and relevant as well as comparable in scope and magnitude to that described in the SOW.) (a) In order to be determined acceptable vendors must have a minimum of five (5) years experience in performing Industrial Support Services as identified in the attached PWS. Vendors shall provide a list of relevant past and present contracts performed for Federal, State, or Local Governments or commercial sources within the past five (5) years involving effort of same or similar complexity, magnitude, and level. The vendor's documented experience shall consist of a list of contracts containing the following information: (i) Contract number and contract type (ii) Contracting agency or business (e.g., DOD, FAA, NASA, any Federal agency, State of Oklahoma, etc.) (iii) Original contract dollar value and final contract dollar value (including options) (iv) A brief description of the contract effort (v) Largest number of employees associated with direct contract effort (vi) Name, address, telephone, FAX numbers, and e:mail address for the Government Contracting Officer(s); for non-government contracts, provide the name, address, telephone and FAX numbers of business point of contact, liaison, etc. (b) Where inquiries made pursuant to (a)(vi) reveal the vendor's performance was unsatisfactory (e.g., terminated for default {partial or complete}, cure notice(s) issued, adverse administrative findings by government agencies at the federal, state or local level, etc.), the vendor will no longer be eligible to continue in the SIR process. 2. Organizational Management and Staffing: Vendors must demonstrate that an on-site Contract Manager will be available at the time of contract award. Qualifications of the Contract Manager are identified in PWS, paragraph 1.6.1.1, Contract Manager. The Contract Manager shall have a Bachelor of Science Degree in Business Administration or a business related field from an accredited university or college and have a minimum of two years experience in managing Safety (OSHA) and Environmental programs. Experience must be comparable to the fabrication and repair facilities of the FAA Logistic Support Facility to include painting, metal finishing, plastic/fiberglass, and woodworking skills. The Contract Manager must have the authority to act on behalf of the contractor and shall have final responsibility for the Contractor's performance. Vendors must provide a resume for the Contract Manager. The resume must include the individual's qualifications and work experience. Resume must include present position or title, experience in managing contracts for services of similar scope and size (include duration or length of all experience, from mo/yr to mo/yr), and educational/training background, in sufficient detail to facilitate evaluation of qualifications and management competence. A copy of the current contract and modifications, (DTFA-02-02-D-00313), can be downloaded from the AMQ Internet at http://amq.mmac.faa.gov/FOIA.asp Interested firms that can comply with and meet the special standards of responsibility addressed in this Request for Qualifications/SIR 1 should respond with their documentation in writing to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division Attn: AMQ-210/Phyllis Townsley Room 321, Multi-Purpose Building 6500 South MacArthur Blvd. P.O. Box 25082 Oklahoma City, OK 73125-4933 Note: For overnight mail the ZIP code is 73169 The date and time for receipt of responses is 3:30 p.m. local time, December 4, 2006, (facsimile and e:mail responses are not permitted). Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. Late Submissions, Modifications, and Withdrawals of Submittals, and AMS Provision 3.9.1-3, PROTEST, are applicable to this SIR1. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses").
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5253)
- Record
- SN01183055-W 20061119/061117220452 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |