SOURCES SOUGHT
99 -- Maintenance Monitoring Capabilities Using Advanced Sensors
- Notice Date
- 8/31/2023 2:03:57 PM
- Notice Type
- Sources Sought
- Contracting Office
- 693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- FAA-MAINT_SENSORS-MARKETSURVEY
- Response Due
- 10/5/2023 1:00:00 PM
- Archive Date
- 10/20/2023
- Point of Contact
- Manish Patel
- E-Mail Address
-
manish.patel@faa.gov
(manish.patel@faa.gov)
- Description
- 1. Introduction/Purpose In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1 Market Analysis, this announcement is a Market Survey/Sources Sought for the purpose of soliciting statements of interest and capabilities from interested vendors. Responses to this announcement will be used for informational purposes only to support the development of an acquisition strategy for the purchase and integration of sensors into maintenance monitoring program. This is not a Screening Information Request or Request for Proposal. No solicitation exists currently. The FAA is not seeking or accepting unsolicited proposals. This notice should not be construed as a commitment of any type by the Government to take or not to take any action. Since this is a Market Survey, no evaluation letters or results will be issued to respondents. The Government will not reimburse any costs incurred by vendors in responding to this notice. Any costs associated with this Market Survey will be solely the responsibility of the vendors. The information received will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information will be protected if appropriately marked. This market survey is being conducted to obtain the information necessary to determine whether adequate competition exists to set-aside any competition among small businesses, Service Disabled Veteran Owned Small businesses (SDVOSB), which must be certified by the Small Business Administration (SBA), �Socially and Economically Disadvantaged Business (SEDB) vendors that are 8(a) certified, Historically Underutilized Business Zone (HUBZone) small businesses, Small Disadvantaged Businesses (SDB), Women-Owned Small Business (WOSB) and/or Economically Disadvantaged Women-Owned Small Business (EDWOSB) exist who are capable of performing the requirements. With that said, this Market Survey is intended to seek information from interested vendors of all sizes and types including large businesses. The acquisition strategy and the nature of this procurement has yet to be determined. The FAA may request that one, some, all, or none of the respondents to the Market Survey/Sources Sought provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA.�Note: The FAR references cited in SAM.gov are not applicable to the FAA as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). 2. Capabilities/Requirements The Federal Aviation Administration's (FAA) Air Traffic Organization (ATO) Technical Operations Services has a requirement to mature its maintenance monitoring capabilities using advanced sensors that collect and analyze data from systems that will then be used to perform condition based and predictive maintenance tasks. Initial systems include, but are not limited to, heating, ventilation, and air conditioning (HVAC) chillers, chiller pumps, boilers, air handler units, and cooling towers. Data collected from the sensors will be combined with operational data, supply chain data, and other enterprise systems to create new levels of visibility and insight from previously siloed information. To minimize training, logistical support, and installation requirements, the FAA is seeking to use a sensor or collection of related sensors that measure various system performance parameters, use common interface standards, have a low power consumption, and high reliability ratings. To meet FAA mission requirements, it is necessary for the sensors to detect anomalies in equipment before those turn into system-critical failures, allowing maintenance to be scheduled before the equipment actually fails. The FAA-provided supervisory control and data acquisition (SCADA) platform is where data intake, storage, and analytics are performed. �At a minimum, the FAA requires the sensors to meet the specifications detailed in Attachment B - Sensor Specifications. 3.� Submittal Requirements for Market Survey Responses to this Market Survey are limited to 10 pages and must be in writing, on company letterhead, and must include respondent point of contact information including name, telephone number, e-mail address, and mailing address. The Business Declaration Form (Attachment A) is not included in the page limitation. Any proprietary information submitted must be properly identified. Information from vendor submissions may be used in future acquisition activities on a non-vendor specific basis. Responses should include: General information on sensor(s) that meet the requirement stated above. Any capability the vendor may have to install sensor(s) on FAA equipment. Any capability the vendor may have to integrate the sensor(s) into an existing FAA provided SCADA system. Completed Business Declaration Form. Commercial and Government Entity (CAGE) code. Data Universal Numbering System (DUNS) number and System for Award Management (SAM) Unique Entity ID. 4.� Delivery of Submittals Interested parties' responses must be submitted by email no later than 4:00PM Eastern Time on October 5, 2023. Any questions related to this market survey shall be emailed to the Contracting Officer by 12:00PM Eastern on September 14, 2023. Primary Point of Contact: Manish Patel Contracting Officer, AAQ-310 Federal Aviation Administration 800 Independence Avenue, SW Washington, DC 20591 Email: Manish.Patel@faa.gov � 5.� Attachments Attachment A - Business Declaration Form Attachment B - Sensor Specifications
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a770709b51014bc0a22053ee5dcb4503/view)
- Record
- SN06816008-F 20230902/230831230107 (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 |