Search Contract Opportunities

6973GH-25-R-00108 – CBP MVSS-R Spares and Repair - MARKET SURVEY

ID: 6973GH-25-R-00108 • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a market survey for repair and acquisition services for equipment listed in the DRAFT Statement of Work (SOW). The FAALC also requires procurement and software support for the Primary Mission Support Monitor (PMEM) software. This system allows the central interface to communicate with the mast control box, which in turn, commands the mast up and down. Once the mast is fully deployed, the system captures data from other sensors. Currently fielded PMEM software requires updates and patches which in turn drive hardware and firmware requirement changes. The attached DRAFT Statement of Work (SOW) outlines all the Contractor requirements to sustain and maintain the PMEM software and associated collateral hardware/firmware. All software and data pertaining to the PMEM system are proprietary to the original equipment (system) manufacturer (OEM).

It is the FAA's intent to develop, award, and administer a contractual agreement on behalf of Customs and Border Protection (CBP) in order to support this effort.

While all tasks cited within this Statement of Work (SOW) are in direct support of the Mobile Video Surveillance System (MVSS), this contract will be considered a corporate contract whereby other requirements generated by the FAA Logistics Center (FAALC) Product Services Division may be added to this contract and considered within its scope.

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 nor accepting unsolicited proposals at this time. Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. 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 vendors' expense.

The FAA anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of five (5) years [one (1) one-year base period with four (4) one-year option periods].

At this time the nature of the competition has not been determined.

The principle North American Industry Classification System (NAICS) code for this effort is 541990 - All Other Professional, Scientific and Technical Services, with a size standard of $16.5M.

The FAA requires the following (limited to 30 pages) from interested vendors based on the attached draft SOW:

1. Clearly state whether or not you can meet all of the requirements of the SOW; e.g., Procurement Services, Support Equipment Procurement Services, Repair Services, Software Updates, Engineering Studies/Analysis and training.

2. Capability Statement - This document should identify:

Type of services provided by your firm

Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance)

Number of years in business

3. Business size

All responses to this market survey must be received by 4:00 p.m. CST, Friday, March 31, 2025.

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

Tamara.M.Maxwell@faa.gov (Contracting Officer)

Please include "6973GH-25-R-00108 CBP MVSS-R Spares and Repair - 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.

Background
The Federal Aviation Administration (FAA) is seeking to develop, award, and administer a contractual agreement on behalf of Customs and Border Protection (CBP) to support the Mobile Video Surveillance System (MVSS).

The FAA Logistics Center (FAALC) has been designated as the Servicing Agency responsible for providing engineering, technical, and logistical services to support CBP's border security programs. This contract aims to establish a maintenance and sustainability capability for the MVSS-R system, which includes repair and acquisition services for equipment as well as software support for the Prime Mission Equipment Monitoring (PMEM) software.

Work Details
The contractor will be responsible for providing repair and acquisition services for various Line Replaceable Units (LRUs) and their subcomponents related to the MVSS-R system. Specific requirements include:

1. **Procurement of Items**: The contractor may need to procure items such as:
- 51124-013-01: Mounting Bracket, Power supply
- 51124-015-03: Mast Interface Unit, Stiletto, Radar
- 51124-020-02: Foam, Battery, 3/8 In Thk
- 51124-024-03: Foam, Battery, 3 In Thk
- Additional parts include various brackets, cables, assemblies, and protective covers.

2. **Repair Services**: The contractor shall provide repair services for LRUs including:
- TSB-GM-1000: Computer, Rugged GPU, I7-8700T.

3. **Software Updates**: The contractor will provide updates and configuration control support for PMEM software.
4. **Engineering Studies/Analysis and Training**: Technical assistance and training will be provided as directed by the Contracting Officer (CO) or Contracting Officer Representative (COR).

Period of Performance
The anticipated period of performance is five years consisting of one base year with four option years.

Place of Performance
The work will primarily take place at the FAA Logistics Center located at 6500 S. MacArthur Blvd, Oklahoma City, OK 73069.

Overview

Response Deadline
March 31, 2025, 5:00 p.m. EDT Past Due
Posted
March 24, 2025, 4:49 p.m. EDT
Set Aside
None
Place of Performance
Oklahoma City, OK 73169 United States
Source

Current SBA Size Standard
$19.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
28%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 7 days, below average for the Acquisitions & Business Services.
On 3/24/25 Acquisitions & Business Services issued Sources Sought 6973GH-25-R-00108 for 6973GH-25-R-00108 – CBP MVSS-R Spares and Repair - MARKET SURVEY due 3/31/25. The opportunity was issued full & open with NAICS 541990 and PSC 5810.
Primary Contact
Name
Tamara Maxwell   Profile
Phone
None

Documents

Posted documents for Sources Sought 6973GH-25-R-00108

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought 6973GH-25-R-00108

Contract Awards

Prime contracts awarded through Sources Sought 6973GH-25-R-00108

Incumbent or Similar Awards

Contracts Similar to Sources Sought 6973GH-25-R-00108

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 6973GH-25-R-00108

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 6973GH-25-R-00108

Experts for 6973GH-25-R-00108 – CBP MVSS-R Spares and Repair - MARKET SURVEY

Recommended subject matter experts available for hire

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
March 31, 2025
Last Updated By
tamara.m.maxwell@faa.gov
Archive Date
March 31, 2025