Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2026 SAM #8888
SPECIAL NOTICE

93 -- ATCT Cab Glass Follow-on

Notice Date
3/26/2026 9:29:09 AM
 
Notice Type
Special Notice
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
2600165
 
Response Due
4/9/2026 2:00:00 PM
 
Archive Date
04/24/2026
 
Point of Contact
Samantha Pearce, Phone: 4059547739
 
E-Mail Address
samantha.a.pearce@faa.gov
(samantha.a.pearce@faa.gov)
 
Description
NOTICE OF INTENT TO SINGLE SOURCE CAB GLASS FABRICATION FOR FAA AIR TRAFFIC CONTROL TOWER (ATCT) NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE POC IDENTIFIED FOR THIS ANNOUNCEMENT. The purpose of this announcement is to announce the FAA�s intent to pursue a single-source acquisition strategy for the subject requirement. At this time, Agnora, Ltd. is the only known source capable of meeting this requirement for ATCT cab glass fabrications in accordance with the attached specification. The responses to this announcement will be used for informational purposes only. This is not a request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. 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 submissions to this announcement is solely at the interested vendor�s expense. The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) for budgetary purposes from businesses interested in and capable of providing the services as shown on the attached draft documents. Respondents to this announcement are encouraged to provide enough information about their companies to indicate that they are capable of performing this requirement. Responses to this announcement may also be used to obtain the information necessary to determine whether adequate competition exists and to assess the potential for setting-aside the acquisition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS � 238150 Glass and Glazing Contractors Size Standard �$19.0M The FAA requests interested vendors to include the following information along with their submission: 1. Capability Statement - This document should identify: - Provision of the same or similar services as listed in the Requirements List that have been provided by your firm - Previous contracts and awards for these services (elaborate: quantities, dollar amounts, and provide detailed information and past performance) - Number of years in business - Small business, or economically disadvantaged small business status 2. Clearly state whether or not you can provide all of the fabrications and services as listed in the draft documents. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned, and 8(a) certified businesses. 4. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the draft documents. All responses must be received by 4:00 p.m. Central Time (Oklahoma Time) on April 09, 2026. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: Samantha.A.Pearce@faa.gov Email is the preferred method of response. Please include ""SPECIAL NOTICE RESPONSE: ATCT CAB GLASS� in the subject line of your email. Information provided will not be released, but please mark PROPRIETARY on all documents submitted as necessary. The Acquisition Management System (AMS) is the governing regulation for the FAA over the Federal Acquisition Regulation (FAR). AMS Procurement Policy 3.2.2.4 governs single-source procedures. Offerors may refer to this policy at the following website: https://fast.faa.gov/PPG_Procurement_Guidance.cfm
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/49d1fd3344e64410b7f14d98d0f4212b/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN07758227-F 20260328/260326230046 (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!  © 1994-2026, Loren Data Corp.