SOLICITATION NOTICE
R -- 6973GH-20-R-00183 - CBP SUPPORT SERVICES - MARKET SURVEY
- Notice Date
- 8/24/2020 9:06:07 AM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-20-R-00183
- Response Due
- 9/18/2020 2:00:00 PM
- Archive Date
- 10/03/2020
- Point of Contact
- Tamara Maxwell, Phone: 4059547734, Josh Huckeby, Phone: 4059541684
- E-Mail Address
-
tamara.m.maxwell@faa.gov, joshua.d.huckeby@faa.gov
(tamara.m.maxwell@faa.gov, joshua.d.huckeby@faa.gov)
- Description
- This is a market survey for project management support, maintenance technician support, and supply management activities for the FAA in support of CBP systems at various locations in the Rio Grande Valley, Texas. These systems include, but not limited to Mobile Video Surveillance System (MVSS), Mobile Surveillance Capability System (MSC), and Remote Video Surveillance Systems (RVSS). It is the FAA�s intent to develop, award, and administer a contractual agreement on behalf of Customs and Border Protection (CBP) in order to support this effort. 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 nor accepting unsolicited proposals at this time. Any information provided under this market survey is for informational purposes only and will not be released.� Any proprietary information submitted will be protected if appropriately marked.� 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 vendors' expense. The FAA anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of three (3) years [one (1) one-year base period with two (2) one-year option periods]. 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. In addition to receiving industry input as to recommended approaches, this market survey will be utilized to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required 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 competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. The principle North American Industry Classification System (NAICS) code for this effort is 541990, All Other Professional, Scientific, and Technical Services, with a size standard of $16.5M. � The FAA requires the following (limited to 30 pages) from interested vendors based on the attached draft SOW: 1. Clearly state whether or not you can meet all of the requirements of the SOW; e.g., Program Management Support, Maintenance Technicians, Supply Technicians. 2. Capability Statement - This document should identify: ���� - Type of services provided by your firm ���� - Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) � ���- Number of years in business 3. Business size ���� All responses to this market survey must be received by 4:00 p.m. CT on September 18, 2020.�� All responses to this announcement should be submitted via email to the Contract Officer and Contracting Specialist at the following: To: Tamara.M.Maxwell@faa.gov (Contract Specialist) CC: Joshua.D.Huckeby@faa.gov (Contract Officer) Respondents are encouraged to review the attached documents and provide comments and questions.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2a8f18ccd8d042d88f288753a22a70e8/view)
- Place of Performance
- Address: Oklahoma City, OK 73169, USA
- Zip Code: 73169
- Country: USA
- Zip Code: 73169
- Record
- SN05770838-F 20200826/200824230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |