Search Contract Opportunities

6973GH-22-RFI-00001 - CBP sUAS Indago 3 - Request for Information   2

ID: 6973GH-22-RFI-00001 • Type: Sources Sought

Description

MARKET SURVEY FOR THE MAINTENANCE AND SUPPORT ACQUISITION OF SUAS INDAGO 3

NO PHONE CALLS PLEASE.

ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW.

This is a market survey for information and comments from industry that will aid in the formation of an acquisition strategy for the acquisition for sUAS Indago 3 maintenance and support for Customs and Border Protection (CBP) within the Department of Homeland Security (DHS). The draft requirements are identified in the attached draft Statement of Work (SOW) and Appendices A C.

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 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 the market survey submission is solely at the interested vendor's expense.

At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition, justify single source or set aside all or part of the procurement for small businesses, service disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.

The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing the required repair and acquisition services per the Statement of Work (SOW). Respondents to this Market Survey are encouraged to provide comments regarding the government's approach to this requirement.

This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the potential 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 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing 1,250 Employees

Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable.

The FAA requires interested vendors to address the requirements in the attached draft Statement of Work (SOW). This document is provided for feedback and comments.

Vendors should include the following information along with their submission:

1. Capability Statement - This document should identify:

Repair services of the same units that have been provided by your firm

Extended service agreement availability of the same units provided by your firm

Availability of standard and extended warranty of parts and repairs provided by your firm

Engineering services provided for the same units provided by your firm

Previous contracts and awards for the repair and acquisition of these units (elaborate: quantities, dollar amounts and provide detailed information and past performance)

Number of years in business

2. Clearly state whether or not you can provide all of the types of supplies and services listed in the draft SOW.

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 SOW.

All responses to this market survey must be received by 4:00 p.m. CST on Friday, November 15, 2021.

The FAA requests that all submittals, including attachments, be submitted electronically to the following:

Email: Jason.M.Perry@FAA.gov and Tamara.M.Maxwell@FAA.gov

Please include "6973GH-22-RFI-00001 - CBP sUAS Indago 3 Maintenance and Support - MARKET SURVEY in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.

Overview

Response Deadline
Nov. 15, 2021, 5:00 p.m. EST Past Due
Posted
Oct. 18, 2021, 10:17 a.m. EDT
Set Aside
None
Place of Performance
Oklahoma City, OK 73170 United States
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
28%
On 10/18/21 Acquisitions & Business Services issued Sources Sought 6973GH-22-RFI-00001 for 6973GH-22-RFI-00001 - CBP sUAS Indago 3 - Request for Information due 11/15/21. The opportunity was issued full & open with NAICS 334511 and PSC J063.
Primary Contact
Name
Jason Perry   Profile
Phone
None

Secondary Contact

Name
Tamara Maxwell   Profile
Phone
(405) 954-7734

Documents

Posted documents for Sources Sought 6973GH-22-RFI-00001

Opportunity Lifecycle

Procurement notices related to Sources Sought 6973GH-22-RFI-00001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 6973GH-22-RFI-00001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 6973GH-22-RFI-00001

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS
FPDS Organization Code
6920-6973GH
Source Organization Code
500000011
Last Updated
Nov. 15, 2021
Last Updated By
tamara.m.maxwell@faa.gov
Archive Date
Nov. 15, 2021