Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2025 SAM #8669
SOURCES SOUGHT

99 -- Market Survey /Request for Information / Capability Assessment: Procurement of Electrical Distribution Equipment (EDE) III and Life Cycle Support

Notice Date
8/19/2025 8:56:55 AM
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-25-RFI-EDEIII
 
Response Due
10/7/2025 11:00:00 AM
 
Archive Date
10/22/2025
 
Point of Contact
Timothy Thannisch
 
E-Mail Address
timothy.g.thannisch@faa.gov
(timothy.g.thannisch@faa.gov)
 
Description
1. INTRODUCTION The Federal Aviation Administration (FAA)'s Air Traffic Organization (ATO), Power Services Group (PSG) is conducting a Market Survey to ascertain current market conditions and vendor capabilities for a follow-on requirement to furnish Electrical Distribution Equipment (EDE) (such as Paralleling Switchgear, Switchgear, Switchboards, Motor Control Centers (MCC), Transformers, Panel boards, and Electrical Power Monitoring and Control Systems, logistics, and training supporting National Air Space assets and facilities outlined in the attached Draft Statement of Work (SOW) and Specifications. 2. BACKGROUND The FAA�s PSG has a follow-on requirement to replace, enhance and support existing power systems. The FAA is seeking interested sources that are capable of providing EDE life cycle in-service support. The FAA�s requirements are more fully described in the attachments. The requirement is anticipated to be a ten (10) year Indefinite Delivery/Indefinite Quantity (IDIQ) type contract, consisting of a two (2) year base period and four (4) two-year option periods. The anticipated period of performance is subject to change at the FAA�s discretion. 3. CAPABILITY STATEMENT FORMS In order to make the best determination, the FAA requires interested vendors to fill out I. Appendix A, Capability Form II. Appendix B, Draft Section B.2 Exhibits III. Appendix C, Microgrid Components 4. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 335311 Power, Distribution and Specialty Transformer Manufacturing, with a size standard of 800 employees. If you believe that another NAICS code is more appropriate to the work specified in this market survey, include supporting justification with your alternate NAICS code. Suggestion of an alternate NAICS code does not require that the work be set-aside or solicited under that alternative code. 5. NATURE OF COMPETITION This Market Survey is conducted, in part, in an effort to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among qualified small businesses, as certified by the Small Business Administration (SBA), that meet the applicable size standards for this procurement as specified above. With that said, this Market Survey is intended to seek information from interested vendors of all sizes and types. The acquisition strategy and the nature of this procurement has yet to be determined. The FAA may decide to do an unrestricted competition or a full or partial set-aside. 6. GENERAL In accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1 Market Analysis - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from potential vendors. This Market Survey announcement is not a Request for Proposal (RFP) of any kind. This survey is for informational and planning purposes only. 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. The responses to this Market Survey will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information that is appropriately marked will be protected in accordance with the FOIA. Responses will not be returned. This announcement does not guarantee that a solicitation or procurement of any kind will be issued, and this announcement will not be construed as a commitment by the Government to enter into a contract. If a solicitation is issued, it will be announced on the https://sam.gov web site. It is the prospective Offeror's responsibility to monitor this site for the release of any such solicitation. 7. QUESTIONS AND COMMENTS Submit any questions or comments, which must be limited to aspects of this announcement that affect the preparation of the Market Survey, by email to timothy.g.thannisch@faa.gov no later than 2:00 PM ET on September 2, 2025. 8. SUBMITTAL REQUIREMENTS FOR MARKET SURVEY Please include the following in your response to this Market Survey: A. Capability Statement Forms (See App. A, B, and C), not to exceed twenty (20) pages, with 12-point Times New Roman font); B. Name and Address of Company, Point of Contact (name, title, telephone number, and email address); C. Number of years in business. D. Large or Small Business Designation and Business size status: i.e. 8(a) Certified, Large Business, Small Business, SDB, SDVOSB, etc; E. Commercial and Government Entity (CAGE) code; and F. Unique Entity Identifier (UEID). 9. SUBMISSION INSTRUCTIONS Email your response to timothy.g.thannisch@faa.gov no later than 2:00 PM ET on October 07, 2025. Responses received after this deadline will not be considered. The electronic submission should be in either Microsoft Word format or Portable Document Format (PDF). Respondents are encouraged to review the Draft SOW, Draft Section B and Specifications. This Market Survey and attachments are available at https://sam.gov. ATTACHMENTS A. Appendix A, Capability Form B. Appendix B, Draft Section B.2 Exhibits C. Appendix C, Microgrid Components D. Draft Statement of Work E. Draft Attachment J.02 Switchboard/Switchgear Specifications F. Draft Attachment J.03 Distribution System Specifications G. Draft Attachment J.04 Electrical Power Monitoring System (EPMS) Specification H. Draft Attachment J.05 Cybersecurity SOW I. Draft Attachment J.06 Logistics SOW J. Draft Attachment J.08 Labor Category Definitions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d70936f278d4d7ba5f4b21a92d79ebe/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07557883-F 20250821/250819230054 (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.