Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2023 SAM #7834
SOURCES SOUGHT

99 -- Pre-Assembled Fiberglass Equipment Shelters

Notice Date
5/8/2023 7:33:54 AM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-23-MS-00013
 
Response Due
5/18/2023 12:00:00 PM
 
Point of Contact
Connie Houpt
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Description
20230508 Baseline Drawing added as an attachment. The Federal Aviation Administration (FAA) has a requirement for pre-assembled fiberglass equipment shelters for the housing and installation of electronic equipment including but not limited to navigation, landing, lighting and related equipment, communication equipment, weather equipment, engine generators and other equipment for the Federal Aviation Administration (FAA) and other Government sites.� The requirement is for a one (1) year contract with nine (9) one-year option periods, with firm-fixed-price pricing arrangements.� First article testing will be conducted.� The fiberglass equipment shelter manufacturer (hereinafter simply referred to as �shelter manufacturer�) will fabricate and assemble transportable prefabricated insulated fiberglass equipment shelters complete including:� interior finish materials, exterior door and frame, hardware, door hood, HVAC, electrical equipment, and fixtures.� The shelters are pre-assembled and fiber-glassed with Gelcoat finish, completely dust-proof and watertight, and is completely shop-fabricated with the required appurtenances.� The shelters are designed for the explicit use of housing and maintaining electronic equipment and related components within an environmentally controlled atmosphere by maintaining the proper operating conditions for the equipment. The shelter manufacturer must be regularly engaged in the fabrication of pre-assembled fiberglass equipment shelters with existing plant facilities equipped for year-round shelter manufacturing with a minimum of 10 years� experience. The shelter manufacturer must be capable of manufacturing shelters in accordance with FAA rules and guidelines to ensure the shelters in compliance with the applicable portions of the International Building Code (IBC), International Mechanical Code (IMC), National Electric Code (NEC) and International Energy Conservation Code (IECC). The Fiberglass Shelters will be built in accordance with the FAA�s (draft) specification, attached. This market survey is being issued to request information that will enable the FAA to make a screening decision to determine qualified firms that have the ability to provide these products.� The FAA reserves the right to add other sources which meet the criteria and have performed satisfactorily on previous procurements.� The NAICS code applicable to this requirement is 238990- All Other Specialty Trade Contractors.� The business size standard for this NAICS is $19.0 million. To be considered responsive, vendors expressing interest in this matter must provide the following: 1. Capability Statement: a. Type of products provided by your firm, may include specification sheets and brochures. b. Description of previous contracts for products that are similar in scope and indicate experience fabricating pre-assembled fiberglass shelters.� 1. Provide detailed information and past performance information for at least three (3) contracts within the last three (3) years including program title, customer name, contract dates, contract value, customer point of contact, and description of work performed.� 2. At least one (1) previous contract must be with a federal government agency. ����������� 3. Must indicate a minimum of 10 years� experience fabricating pre-assembled fiberglass shelters. c. Demonstrate experience/capability for the requirements set forth in the attached (draft) specification.� d. Provide a copy of ISO 9001:2015 certification. 2. Response shall also provide a point of contact number and name (either by phone, email or both) for questions. 3. *Proof of Entity Registration in the System for Award Management (https://SAM.gov) 4. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable. *Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) �By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� Responses to this market survey should be via e-mail to the Contract Specialist using the following e-mail address:� connie.m.houpt@faa.gov.� Responses must be received no later than 2:00 p.m. CT, May 18, 2023.�� This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services.� No entitlement to payment of direct or indirect costs or charges by the FAA will arise as a result of submission of responses to this market survey and the FAA's use of such information.� This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c37a584d0dbc40e1aaa059dda485deed/view)
 
Record
SN06675626-F 20230510/230509121210 (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.