Search Contract Opportunities

**Bil-Funded** Market Survey to Repair the Parking Lot at the Laurence G. Hanscom Field (BED) Air Traffic Control Tower (ATCT) in Bedford, MA.   2

ID: AC-24-00938 • Type: Sources Sought

Description

**BIL-FUNDED** MARKET SURVEY TO REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING OFFICER, STEPHEN BRANCH. CONTACT INFORMATION BELOW.

The FAA is seeking qualified sources to provide statements of interest in response to this announcement for the purpose of market research and determination of acquisition strategy.

This project is intended to be funded by the Bipartisan Infrastructure Law (BIL). As such this project will be subject to associated FAA reporting requirements. If a contract is awarded, the contractor will be responsible to complete and submit this report prior to final payment per the associated contract clause AMS 3.18-1 Bipartisan Infrastructure Law Reporting Requirements (October 2022) that will be included in any resulting solicitation and contract. A copy of this clause and report form titled Uniform Bipartisan Infrastructure Law (BIL) Data Report are available in the attachments of this announcement.

This FAA currently estimates this project should cost between $135K - $185K; however, please note the Statement of Work (SOW) attached to this announcement is considered to be in DRAFT format at this time and subject to change as a result of ongoing market research efforts.

The FAA's current intended procurement strategy is to award a single Firm Fixed Price (FFP) contract competitively to the lowest price bidder that can be determined fully responsive to the solicitation, can affirmatively be determined responsible via verification of active registration in System for Award Management (SAM.gov) and possesses no exclusions therein, possess no adverse recent and/or relevant past performance, and present low or no apparent overall risk to the FAA if awarded a contract.

Please note that the attached requirement documents are in DRAFT format and are subject to change. Interested vendors are encouraged to provide any questions, comments, or concerns related to the requirements contained in the draft documents attached in their response.

Responses resulting from this announcement are intended to be used to determine if this requirement can be set-aside for part, or all, for small businesses or for small disadvantaged businesses. Interested Service-Disabled Veteran Owned Small Businesses (SDVOSB) and participants in SBA's 8(a) program are particularly encouraged to provide statements of interest in this project for set-aside considerations. In addition to small business type, a local area set-aside may also be considered if adequate interest is received by the FAA from local vendors because of this announcement.

Interested vendors are requested to include the information provided below in their response to this announcement to assist the FAA in finalizing our acquisition strategy for the forthcoming solicitation.

1. Statement of Capability and interest:

a. A statement of interest that your company would likely bid on this project if a solicitation was released; please identify any missing information or clarification needed for best possible pricing purposes.

b. Provision of services as listed in the draft Statement of Work that have been provided by your firm for similar efforts.

c. Previous contracts and awards for similar equipment / services (elaborate: quantities, dollar amounts and provide detailed information and past performance).

d. Number of years in business.

e. Please clearly state if your company can perform all requirements listed in the SOW.

2. Expected programmatic approach (in-house, teaming, subcontracting, etc.)

a. 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.

3. Rough Order of Magnitude (a ballpark estimate for the FAA's budgetary planning purposes) for the services described in the requirement.

All responses to this market survey must be received by 4:00 p.m. Central Time on May 31, 2024.

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

Email: stephen.n.branch@faa.gov

Please include "MARKET SURVEY RESPONSE: BED Parking Lot in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.

The FAA reserves the right to cancel this announcement at any time, for any reason, and without notice.

The Acquisition Management System (AMS) is the governing regulation of FAA acquisitions over the Federal Acquisition Regulation (FAR). You can learn more about the FAA's acquisition process at the following link:

https://fast.faa.gov/PPG_Procurement.cfm

Background
The Federal Aviation Administration (FAA) is seeking qualified sources to provide statements of interest for the purpose of market research and determination of acquisition strategy. The project is intended to be funded by the Bipartisan Infrastructure Law (BIL) and will be subject to associated FAA reporting requirements. The estimated project cost is between $135K - $185K, and the intended procurement strategy is to award a single Firm Fixed Price (FFP) contract competitively to the lowest price bidder that can be determined fully responsive to the solicitation.

Work Details
The project involves repairing the parking lot at the Laurence G. Hanscom Field (BED) Air Traffic Control Tower (ATCT) in Bedford, MA. The solicitation includes a draft Statement of Work (SOW) with detailed instructions related to contractor information, Buy American requirements, energy savings initiatives, subcontracting details, and job creation. Interested vendors are requested to provide a statement of capability and interest, previous contracts and awards for similar equipment/services, expected programmatic approach, and a rough order of magnitude for the services described in the requirement. Responses must be received by 4:00 p.m. Central Time on May 31, 2024.

Place of Performance
The construction project will be performed at the Laurence G. Hanscom Field (BED) Air Traffic Control Tower (ATCT) in Bedford, MA.

Overview

Response Deadline
May 31, 2024, 5:00 p.m. EDT Past Due
Posted
May 14, 2024, 5:54 p.m. EDT
Set Aside
None
Place of Performance
Bedford, MA 01730 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $200,000 (AI estimate)
Odds of Award
28%
Signs of Shaping
55% of similar contracts within the Federal Aviation Administration had a set-aside.
On 5/14/24 Acquisitions & Business Services issued Sources Sought AC-24-00938 for **Bil-Funded** Market Survey to Repair the Parking Lot at the Laurence G. Hanscom Field (BED) Air Traffic Control Tower (ATCT) in Bedford, MA. due 5/31/24. The opportunity was issued full & open with NAICS 238990 and PSC Z2BA.
Primary Contact
Name
Stephen Branch   Profile
Phone
None

Documents

Posted documents for Sources Sought AC-24-00938

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought AC-24-00938

Incumbent or Similar Awards

Contracts Similar to Sources Sought AC-24-00938

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought AC-24-00938

Similar Active Opportunities

Open contract opportunities similar to Sources Sought AC-24-00938

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
June 5, 2024
Last Updated By
stephen.n.branch@faa.gov
Archive Date
June 5, 2024