Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2018 FBO #5887
DOCUMENT

Y -- MARKET SURVEY - INFRASTRUCTURE REMEDIATION (CONSTRUCTION) IN SUPPORT OF CUSTOMS AND BORDER PROTECTION AND OTHER FAA LOGISTICS CENTER CUSTOMERS - Attachment

Notice Date
1/3/2018
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
28952
 
Response Due
1/12/2018
 
Archive Date
1/12/2018
 
Point of Contact
Robert LaFollette, robert.lafollette@faa.gov, Phone: 405-954-7384
 
E-Mail Address
Click here to email Robert LaFollette
(robert.lafollette@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
TITLE: INFRASTRUCTURE REMEDIATION (CONSTRUCTION) IN SUPPORT OF CUSTOMS AND BORDER PROTECTION AND OTHER FAA LOGISTICS CENTER CUSTOMERS CONTACT: Rob LaFollette ORGANIZATION: AAQ-721 REGION: Aeronautical Center (AMC) PHONE NUMBER: 405-954-7384 E-MAIL: robert.lafollette@faa.gov DATE: 3 Jan 2018 EXPIRES: 12 Jan 2018 NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is a market survey for information and comments from industry that will aid in the formation of an acquisition strategy for an Infrastructure Remediation (construction) contract vehicle in support of Customs and Border Protection (CBP) within the Department of Homeland Security (DHS) and potentially other FAA Logistics Center customers. The resultant contract vehicle could be a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, or multiple Basic Ordering Agreements (BOA) based on geographical regions (especially along the Northern and Southern borders of the U.S.). Existing FAA BOAs for construction will be used to the maximum extent. The draft requirements (for CBP support) are identified in the attached Infrastructure Remediation Contract Statement of Work (SOW). The responses to this market survey 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 the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor ™s expense. At this time the nature of the competition has not been determined. The FAA may decide to do 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. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses that are interested in and capable of providing the required construction 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 potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICSSize Standard 237990$36.5M The contractor will supply personnel and resources necessary to provide the construction support in accordance with the attached draft SOW. Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requires the following (limited to 30 pages) from interested vendors in accordance with the attached draft SOW: 1. Capability Statement - This document should identify: - Type of supplies and services provided by your firm - Size and type of supplies/services provided by previous contracts (elaborate and provide detailed information and past performance) - Number of years in business 2. Clearly state whether or not you can provide all of the types of services listed in the draft SOW. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. All responses to this market survey must be received by 4:00 p.m. CST, 12 Jan 2018. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: robert.lafollette@faa.gov If email is your method of submission, please include "MARKET SURVEY RESPONSE: śInfrastructure Remediation ť in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. If you cannot respond electronically, please send two copies by the indicated deadline to: Mail: Federal Aviation Administration Mike Monroney Aeronautical Center Attn: Rob LaFollette, AAQ-721 MPB Room 313 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-3111 Attn: Rob LaFollette Respondents are encouraged to review the attached documents and provide comments. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available/viewable to you. If so, please proceed to the FAA's Contract Opportunities Website at faaco.faa.gov to obtain the attachments. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/28952 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/28952/listing.html)
 
Document(s)
Attachment
 
File Name: Infrastructure Remediation Statement of Work (Draft) (docx) (https://faaco.faa.gov/index.cfm/attachment/download/85058)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85058

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04779758-W 20180105/180103230909-c29f3a3f63ded3438242272945b32312 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.