Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOURCES SOUGHT

J -- Derringer Tower Hardware and Software Maintenance

Notice Date
9/2/2020 11:57:04 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
35344
 
Response Due
9/11/2020 2:00:00 PM
 
Archive Date
09/26/2020
 
Point of Contact
Josh Huckeby, Phone: 4059541684
 
E-Mail Address
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
 
Description
This is a sources sought announcement�for periodic, emergency, hardware and software maintenance as listed in the�DRAFT Statement of Work (SOW).�� The FAA is contemplating the award of�an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period�of performance of five (5) years [one (1) one-year base period with four (4) one-year option periods].�At this time the nature of the competition has not been determined. The FAA may decide to conduct 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 Department of Homeland Security, Science and Technology�Directorate (DHS S&T) contracted directly with the Massachusetts Institute of Technology, Lincoln�Laboratory (MIT-LL) to develop and test new sensors in support of Customs and Border Protection�(CBP) for the Swanton (VT) Sector. One of these sensors is referred to as Derringer Tower, located�at the Highgate Springs Port of Entry (POE). This sensor system consists of a Marine Radar and�Camera Suite, atop a 120 foot tower designed to monitor traffic on Missiquoi Bay, Vermont. The�integration of the Camera Suite, Marine Radar, and Command and Control Facility (C2) was�performed by Salient CRGT. Salient CRGT has been the prime contractor for maintenance and�maintaining the Authority to Operate (ATO) required for the system to be integrated into CBP�OneNet. Anticipated maintenance is to transition from Salient CRGT to CBP Office of Information and�Technology (OIT). A draft verison of the statement of work is attached. Please be advised this document is in draft format and subject to change.� 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. 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 servicedisabled�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 334511,�Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument�Manufacturing, with a size standard of 1,250 employees.� 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., Periodic�Maintenance, Emergency Maintenance, Software Maintenance. 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 - Indication of SBA socio-economic status if applicable 4. Evidence of System for Award Management - DUNs, CAGE Code, or Copy of registration page All responses to this market survey must be received by 4:00 p.m. CT on Friday, �September 11,�2020. All responses to this announcement should be submitted via email to the Contracting Officer and Technical POC at the following: Joshua.d.huckeby@faa.gov (Contracting Officer) connie.m.houpt@faa.gov (Technical POC) All questions or responses to this announcement should contain ""35344 Derringer Tower Harware and Software maintenance"" within the subject of the email. No phone calls please.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3b8c0583c2a4982aba4a2bdd8b421d8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05785140-F 20200904/200902230147 (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 |
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.