Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2024 SAM #8409
SOURCES SOUGHT

62 -- RWSL Gen 2 Components

Notice Date
12/3/2024 7:13:16 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
6973GH-25-MS-00873
 
Response Due
12/17/2024 12:00:00 PM
 
Archive Date
01/01/2025
 
Point of Contact
Connie Houpt
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Description
The FAA has a requirement for acquisition of equipment for Facilities and Equipment (F&E) material that will be installed as Generation 2 components at Runway Status Light (RWSL) system equipped airports. This equipment is only known to be available from ADB Safegate, Columbus, OH as they hold the proprietary data rights. This acquisition will procure the following RWSL equipment: DTHJ2RN0DMF00R0 Takeoff Hold Light (THL) Fixture-GEN 2 DREJ2RN0DMF00R0 Runway Entrance Light (REL) Fixture- GEN 2 The FAA does not have rights in specifications or drawings to allow other sources to manufacture these items. The contractor must have access to the original equipment manufacturer's (OEM) specifications and drawings. Potential sources must provide documentation to the FAA showing proof of rights to use the data from the OEM. Statements that data will be obtained or that specifications or drawings will be developed are not acceptable. Only those responses providing the required documentation in response to this market survey will be considered prior to further action by the FAA. Interested parties who can comply with and meet all the requirements called out in this market survey should respond with their documentation in writing to the Contracting Officer. 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 proposals at this time. The responses will be used to develop the source list for this requirement. 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. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses capable of providing the specified equipment. 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 NAICS CODE for this requirement will be 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a Small Business Size Standard of 1,350. The FAA intends to review all response submittals to establish the acquisition strategy for this requirement. To make this determination the FAA requires the following from interested vendors: Capability Statement: Provide documentation to the FAA showing proof for rights to use the data from the OEM, Clearly demonstrate that the interested vendor is qualified and capable of providing the required equipment, Identify type of services provided by your firm, Identify size and type of equipment and services provided by previous contracts (elaborate and provide detailed information and past performance). MANDATORY REQUIREMENTS FOR RESPONSE TO MARKET SURVEY: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a. Capability Statement (as defined above) b. Response shall provide a point of contact name, number and email for questions. c. *Proof of Entity Registration in the System for Award Management (https://SAM.gov) d. 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.� Please respond by submitting complete capability statement by email to: Federal Aviation Administration ATTN: Connie Houpt Email: connie.m.houpt@faa.gov All responses to this market survey must be received by December 17, 2024, 2:00 pm CT marked as �6973GH-25-MS-00873 RWSL Market Survey response�. ""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/a5f7a4973e854f8788bfd825e8899906/view)
 
Record
SN07280549-F 20241205/241203230218 (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.