Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2025 SAM #8685
SOLICITATION NOTICE

70 -- Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)

Notice Date
9/4/2025 9:10:20 AM
 
Notice Type
Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-25-R-00302
 
Response Due
9/30/2025 2:00:00 PM
 
Archive Date
10/15/2025
 
Point of Contact
Dawn Bloome, Kristin Frantz
 
E-Mail Address
Dawn.A.Bloome@faa.gov, Kristin.T.Frantz@faa.gov
(Dawn.A.Bloome@faa.gov, Kristin.T.Frantz@faa.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 is issued to extend the proposal due date to September 30, 2025, at 1700 ET. A subsequent amendment will be issued to address the questions received and provide updated attachments. *********************************************************************************** This is the updated Screening Information Request (SIR) 697DCK-25-R-00302 for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) Procurement. This procurement is in support of the Federal Aviation Administration (FAA), Office of Finance and Management (AFN), Information and Technology Services (AIT), Contract Strategy and Support Division (ASP-400). This SIR is for Commercial Products (Hardware (HW) and Software (SW)) and is a DOT-wide strategic sourcing contract administered and managed by the FAA Offices of Acquisition and Business Services (ACQ) and Information and Technology Services (AIT). The products and services which include, but are not limited to, software, network infrastructure components (servers, switches, storage arrays, and network devices), personal computing devices (workstations, laptops, tablets, thin clients, notebooks, and similar items), computer peripherals and accessories, audio/visual equipment, and miscellaneous equipment (large screens, touch screens, scanners, projectors, desktop printers, multi-functional devices (MFD)), software to support the above mentioned hardware, and cloud based services by various Original Equipment Manufacturers (OEM) that meet the FAA IT community�s requirements. The contract also includes product-based services that enable the full lifecycle management of IT assets; and these services must be directly related to the range of products offered under the Contract and must be performed as requested by the Contracting Officer on individual delivery orders. The Contractor must facilitate the acquisition, deployment and maintenance of IT assets under this contract by providing services including, but not limited to, asset recovery/disposition and warehousing. See SIR attached below for further details. The FAA intends to competitively award approximately eight (8) multiple-award Indefinite Delivery Indefinite Quantity (IDIQ)contracts under this SIR. The Government will make awards using a Lowest Price Technically Acceptable (LPTA) approach with a two-pool evaluation process; Up to six (6) awards to Offerors reserved for Small Businesses under the Small Business Pool, and up to two (2) awards to Offerors Unrestricted in Size under the Unrestricted Pool. The North American Industry Classification System (NAICS) code is 541519e Information Technology Value Added Resellers (Exception) and the size standard is 150 Employees. To be considered for award of this requirement, the Offeror must have a current/valid registration in the Systems for Award Management (SAM) database website: www.sam.gov. Registration must be active by the offer due date. Proposals are due by EMAIL ONLY no later than 1700 ET on September 18, 2025. Please see attached SIR for proposal submission requirements. Questions are to be submitted, in writing only, as specified in the SIR. Questions will be answered in an Amendment to the SIR if deemed necessary and posted to SAM.GOV for all interested parties to consider. Prospective Offerors are encouraged to frequently visit SAM.GOV for any updates to this requirement. Any questions regarding this announcement should be directed to Dawn Bloome at Dawn.A.Bloome@faa.gov and Kristin Frantz at Kristin.T.Frantz@faa.gov. All questions must be received no later than 1700 ET on August 21, 2025. All questions and comments must be in writing, please no telephone calls. Offerors are requested to utilize the attached Q&A Template attached. Any responses received after the closing date and time, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. This SIR is not to be construed as a contract or a commitment of any kind. The Government will not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bb6201438ede40e19f1be4ed7606f727/view)
 
Place of Performance
Address: College Park, GA 30337, USA
Zip Code: 30337
Country: USA
 
Record
SN07579092-F 20250906/250904230050 (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.