Search Contract Opportunities

CORRECTIVE MAINTENANCE CONTRACT (CMC III) FOR SECURITY SYSTEMS AND EQUIPMENT PREVIOUSLY INSTALLED AT FAA STAFFED FACILITIES

ID: DTFAWA-17-R-00018 • Type: Sources Sought
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

Posted: June 12, 2017, 12:29 p.m. EDT
AMENDMENT 0004, issued 6/12/2017, answers vendor questions, updates the solicitation sections and attachments, and extends the due date for proposals to 6/22/2017. AMENDMENT 0003, issued 6/06/2017, answers vendor questions, and updates the solicitation sections and Attachments. AMENDMENT 0002, issued 5/31/2017, replaces Attachment J-10, PAST PERFORMANCE QUESTIONNAIRE, in its entirety. AMENDMENT 0001, issued 05/18/2017, clarified the text of the announcement for informational purposes and did not change the SIR sections. SEE BELOW ATTACHMENTS. 1. INTRODUCTION/DESCRIPTION This RFO is for the FAA TMs anticipated acquisition of corrective maintenance, repair, and replacement services for physical security systems and related equipment at approximately 525 FAA staffed facilities throughout the CONUS and OCONUS. A complete listing of included facilities can be found at Attachment J-1. The work includes performance of service calls, repairs, re-engineering, and replacement of obsolete systems and equipment upon their failure to operate. The Contractor must furnish all labor, supervision, materials, equipment, transportation, training, and management necessary to provide maintenance services in accordance with the stated requirements. The resulting award will be Time-and-Materials with some Firm-Fixed-Price and Cost-Reimbursement Contract Line Items. The anticipated period of performance is a 12 month base period and four 12 month option periods. The FAA intends to award one contract to the lowest price technically acceptable Offeror, but reserves the right to award more than one contract. 2. MINIMUM EXPERIENCE REQUIREMENTS Offers will be initially screened to determine if they meet the minimum experience requirements, per Section L.5.8. 3. FOR OFFICIAL USE ONLY/SENSITIVE UNCLASSIFIED DATA Portions of the RFO are For Official Use Only (FOUO), Sensitive Unclassified Information (SUI) documents and must be treated appropriately. FAA Procurement Guidance T.3.14.1-6(b) provides authority for SUI. The process for FOUO/SUI documents is contained in the attached Document Security Notice (DSN) and must be adhered to prior to receiving some of the Attachments to the RFO. To receive access to FOUO/SUI documents, the following must be met and a signed DSN must be returned to Amy Wright at amy.wright@faa.gov no later than 2:00 pm ET on 05/19/2017. A. Be registered in the Systems for Award Management (SAM) (https://ww.sam.gov) with the NAICS code listed above. B. Agree to the terms and conditions, sign and submit the Document Security Notice) DSN including a list of employees with access to the documents and a preliminary list of subcontractors if applicable. Upon release of the signed DSN and verification of SAM registration, the Contracting Officer will provide instructions to the responding Company TMs named authorized representative on how to receive access to the FOUO/SUI documents. These documents are only available through a secure release by the CO. 4. ADDRESS, TIME AND DATE FOR SUBMISSION OF PROPOSALS Proposals may be hand delivered or mailed by commercial delivery or US Mail to the following Address: ATTN: Amy Wright Federal Aviation Administration 800 Independence Ave, SW Room 406W Washington, DC 20591 Tel: 202-267-4425 Proposals must be received at the above location no later than 2:00 pm Eastern Time on 6/15/2017. Offeror must request receipts for proposal if a receipt is desired. All SIR Amendments Issued, if any, must be signed on the cover page Solicitation, Offer, and Award (Standard Form 33) and submitted with the Offeror TMs proposal. Offerors must provide one signed original and all required copies. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Facsimile or Email submittals of proposals will not be accepted. 5. QUESTIONS Questions pertaining to this SIR must be submitted by email to Amy Wright, Contracting Officer, at amy.wright@faa.gov no later than 2:00 pm, ET, 05/24/2017. Questions and responses that clarify the SIR will be provided to all Offerors. However, the source of the questions will not be identified. Alternate proposals will not be evaluated. In the event a proposal is rejected, a notice will be sent to the Offeror stating the reason(s) the proposal will not be given further consideration. All responses to this SIR must follow the submission instructions found in Section L of the SIR. This announcement is not intended to guarantee procurement of the services, and must not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the inquiries or responses for this announcement and will not reimburse any firm for costs incurred in responding to this announcement. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27536 to view the original announcement.
Posted: June 6, 2017, 5:17 p.m. EDT
Posted: May 31, 2017, 4:44 p.m. EDT
Posted: May 18, 2017, 2:01 p.m. EDT
Posted: May 16, 2017, 4:49 p.m. EDT

Overview

Response Deadline
June 22, 2017, 1:00 a.m. EDT (original: June 15, 2017, 1:00 a.m. EDT) Past Due
Posted
May 16, 2017, 4:49 p.m. EDT (updated: June 12, 2017, 12:29 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM
Links
Amendment 00003 Summary of Changes (pdf)
Section J-4 LABOR CATEGORIES (pdf)
VENDOR DOCUMENT SECURITY NOTICE (doc)
Section J-8 WDs New England Region (ANE) (pdf)
Section J-8 WDs Alaska Region (AAL) (pdf)
Section J-8 WDs Great Lakes Region (AGL) (pdf)
Section J-8 WDs Western Pacific Region (AWP) (pdf)
Section J-8 WDs Alaska Region (AAL) (pdf)
Section J-7 Historical Data 11-28-16 (pdf)
Section J-8 WDs Central Region (pdf)
Amendment 00003 SF30 (pdf)
Amendment 00003 Updated WDs Attachment J-8 (pdf)
Section J-8 WDs Southern Region (ASO) (pdf)
Section J-2A_1 DATA APPROVED STANDARD EQUIPMENT SSDI 110055 P2K-SW-EXP313 (pdf)
Section J-8 WDs Great Lakes Region (AGL) (pdf)
Amendment 00003 QAs (pdf)
Section J-2A_2 DATA APPROVED STANDARD EQUIPMENT SSDI 110056 P2K-SW-PRO313 (pdf)
DTFAWA-17-R-00018 Section A through M (pdf)
Section J-8 WDs Western Pacific Region (AWP) (pdf)
Section J-2A_3 DATA APPROVED STANDARD EQUIPMENT SSDI 110057 P2K-SW-COR313 (pdf)
Amendment 00002 (pdf)
Amendment 00003 CMC III Attachment J-11 - Cost Model (xlsx)
Section J-5 FSRM CMC III CDRL Summary Sheet_170511 (pdf)
Section J-2A_4 DATA APPROVED STANDARD EQUIPMENT SSDI 200155 156 157 900W20 (pdf)
Section J-8 WDs Eastern Region (AEA) (pdf)
Section J-2B DATA STANDARD EQUIPMENT LIST SSI 2005 170511 (pdf)
Section J-2A_4 DATA APPROVED STANDARD EQUIPMENT SSDI 200155 156 157 900W20 (pdf)
Section J-8 WDs Central Region (pdf)
Section J-8 WDs Eastern Region (AEA) (pdf)
Section J-2A_1 DATA APPROVED STANDARD EQUIPMENT SSDI 110055 P2K-SW-EXP313 (pdf)
Section J-8 WDs Northwest Mountain Region (ANM) (pdf)
Section J-8 WDs Southwest Region (ASW) (pdf)
Section J-8 WDs Northwest Mountain Region (ANM) (pdf)
Section J-11 Final Cost Model (Updated 5-9-17) (xlsx)
Section J-2A_2 DATA APPROVED STANDARD EQUIPMENT SSDI 110056 P2K-SW-PRO313 (pdf)
Section J-2A_2 DATA APPROVED STANDARD EQUIPMENT SSDI 110056 P2K-SW-PRO313 (pdf)
Section J-7 Historical Data 11-28-16 (pdf)
Section J-2A DATA APPROVED STANDARD EQUIPMENT LIST SSDI 170511 (pdf)
Section J-2A_3 DATA APPROVED STANDARD EQUIPMENT SSDI 110057 P2K-SW-COR313 (pdf)
Section J-1 LIST OF FACILITIES (pdf)
Amendment -00004 Additional Attachment J-8 Wage Determnations (pdf)
Section J-2A_3 DATA APPROVED STANDARD EQUIPMENT SSDI 110057 P2K-SW-COR313 (pdf)
Section J-2B DATA STANDARD EQUIPMENT LIST SSI 2005 170511 (pdf)
Section J-2A_5 DATA APPROVED STANDARD EQUIPMENT SSDI 200159 033-20003 (pdf)
Section J-2A DATA APPROVED STANDARD EQUIPMENT LIST SSDI 170511 (pdf)
Amendment 00003 Updated WDs Attachment J-8 (pdf)
Section J-2A_5 DATA APPROVED STANDARD EQUIPMENT SSDI 200159 033-20003 (pdf)
Amendment 00002 (pdf)
Section J-8 WDs Great Lakes Region (AGL) (pdf)
Section J-8 WDs Northwest Mountain Region (ANM) (pdf)
Section J-8 WDs Western Pacific Region (AWP) (pdf)
Section J-8 WDs Eastern Region (AEA) (pdf)
Amendment 00002 Section J-10 Past_Performance_Questionnaire (doc)
VENDOR DOCUMENT SECURITY NOTICE (doc)
DTFAWA-17-R-00018 Section A through M (pdf)
Section J-4 LABOR CATEGORIES (pdf)
Section J-11 Final Cost Model (Updated 5-9-17) (xlsx)
Section J-1 LIST OF FACILITIES (pdf)
Section J-8 WDs Alaska Region (AAL) (pdf)
Section J-8 WDs Southern Region (ASO) (pdf)
Section J-8 WDs Southwest Region (ASW) (pdf)
Section J-8 WDs Alaska Region (AAL) (pdf)
Amendment 00001 (pdf)
Section J-8 WDs Central Region (pdf)
VENDOR DOCUMENT SECURITY NOTICE (doc)
Section J-7 Historical Data 11-28-16 (pdf)
Section J-8 WDs Southern Region (ASO) (pdf)
Section J-8 WDs New England Region (ANE) (pdf)
Section J-5 FSRM CMC III CDRL Summary Sheet_170511 (pdf)
Section J-2A_4 DATA APPROVED STANDARD EQUIPMENT SSDI 200155 156 157 900W20 (pdf)
Amendment 00003 CMC III Attachment J-11 - Cost Model (xlsx)
VENDOR DOCUMENT SECURITY NOTICE (doc)
Section J-2A_1 DATA APPROVED STANDARD EQUIPMENT SSDI 110055 P2K-SW-EXP313 (pdf)
DTFAWA-17-R-00018 Section A through M (pdf)
Section J-8 WDs New England Region (ANE) (pdf)
Section J-2A_4 DATA APPROVED STANDARD EQUIPMENT SSDI 200155 156 157 900W20 (pdf)
DTFAWA-17-R-00018 Section A through M (pdf)
Section J-8 WDs Southwest Region (ASW) (pdf)
Section J-8 WDs Southern Region (ASO) (pdf)
Section J-2A_5 DATA APPROVED STANDARD EQUIPMENT SSDI 200159 033-20003 (pdf)
Section J-2A_3 DATA APPROVED STANDARD EQUIPMENT SSDI 110057 P2K-SW-COR313 (pdf)
Section J-5 FSRM CMC III CDRL Summary Sheet_170511 (pdf)
Section J-7 Historical Data 11-28-16 (pdf)
Section J-2B DATA STANDARD EQUIPMENT LIST SSI 2005 170511 (pdf)
Section J-11 Final Cost Model (Updated 5-9-17) (xlsx)
Amendment 0003 Section J-5 CDRLs and DIDs (pdf)
Section J-8 WDs Central Region (pdf)
Section J-2A_2 DATA APPROVED STANDARD EQUIPMENT SSDI 110056 P2K-SW-PRO313 (pdf)
Section J-2A DATA APPROVED STANDARD EQUIPMENT LIST SSDI 170511 (pdf)
Section J-2B DATA STANDARD EQUIPMENT LIST SSI 2005 170511 (pdf)
Amendment 00003 Sol_DTFAWA-17-R-00018 (pdf)
Section J-2A DATA APPROVED STANDARD EQUIPMENT LIST SSDI 170511 (pdf)
Section J-2A_4 DATA APPROVED STANDARD EQUIPMENT SSDI 200155 156 157 900W20 (pdf)
Section J-10 Past_Performance_Questionnaire (docx)
Section J-10 Past_Performance_Questionnaire (docx)
Amendment 00003 Section J-4 LABOR CATEGORIES (pdf)
Section J-8 WDs Northwest Mountain Region (ANM) (pdf)
Section J-4 LABOR CATEGORIES (pdf)
Section J-8 WDs Northwest Mountain Region (ANM) (pdf)
Section J-4 LABOR CATEGORIES (pdf)
Section J-2A_1 DATA APPROVED STANDARD EQUIPMENT SSDI 110055 P2K-SW-EXP313 (pdf)
Amendment 00002 (pdf)
Section J-8 WDs Western Pacific Region (AWP) (pdf)
Section J-4 LABOR CATEGORIES (pdf)
Section J-8 WDs Southwest Region (ASW) (pdf)
Amendment 00004 Q& A and Summary of Changes (pdf)
Section J-2B DATA STANDARD EQUIPMENT LIST SSI 2005 170511 (pdf)
Section J-11 Final Cost Model (Updated 5-9-17) (xlsx)
Section J-2A_2 DATA APPROVED STANDARD EQUIPMENT SSDI 110056 P2K-SW-PRO313 (pdf)
Section J-5 FSRM CMC III CDRL Summary Sheet_170511 (pdf)
Amendmetn 00004 (pdf)
Amendment 00003 SF30 (pdf)
Section J-8 WDs Eastern Region (AEA) (pdf)
Section J-8 WDs Southwest Region (ASW) (pdf)
Section J-8 WDs Western Pacific Region (AWP) (pdf)
Amendment 00004 Solicitation Change Pages (pdf)
Amendment 00003 QAs (pdf)
Section J-2A_5 DATA APPROVED STANDARD EQUIPMENT SSDI 200159 033-20003 (pdf)
Section J-1 LIST OF FACILITIES (pdf)
Section J-7 Historical Data 11-28-16 (pdf)
Amendment 00002 Section J-10 Past_Performance_Questionnaire (doc)
Amendment 00003 Summary of Changes (pdf)
Section J-2A_3 DATA APPROVED STANDARD EQUIPMENT SSDI 110057 P2K-SW-COR313 (pdf)
Section J-1 LIST OF FACILITIES (pdf)
Section J-8 WDs Great Lakes Region (AGL) (pdf)
Section J-8 WDs Great Lakes Region (AGL) (pdf)
Amendment 00001 (pdf)
Amendment 00003 Section J-4 LABOR CATEGORIES (pdf)
Section J-8 WDs New England Region (ANE) (pdf)
Amendment 00003 Sol_DTFAWA-17-R-00018 (pdf)
Section J-8 WDs Eastern Region (AEA) (pdf)
Amendment 0003 Section J-5 CDRLs and DIDs (pdf)
Section J-2A_5 DATA APPROVED STANDARD EQUIPMENT SSDI 200159 033-20003 (pdf)
Amendment 00002 Section J-10 Past_Performance_Questionnaire (doc)
Section J-8 WDs Alaska Region (AAL) (pdf)
Section J-1 LIST OF FACILITIES (pdf)
Section J-11 Final Cost Model (Updated 5-9-17) (xlsx)
Amendment 00001 (pdf)
VENDOR DOCUMENT SECURITY NOTICE (doc)
Section J-8 WDs New England Region (ANE) (pdf)
Section J-8 WDs Southern Region (ASO) (pdf)
Section J-2A_1 DATA APPROVED STANDARD EQUIPMENT SSDI 110055 P2K-SW-EXP313 (pdf)
DTFAWA-17-R-00018 Section A through M (pdf)
Section J-5 FSRM CMC III CDRL Summary Sheet_170511 (pdf)
Section J-8 WDs Central Region (pdf)
Section J-2A DATA APPROVED STANDARD EQUIPMENT LIST SSDI 170511 (pdf)
Amendment 00004 CMC III Attachment J-11 - Cost Model (Updated 6-7-17) (xlsx)
FAA Contract Opportunities (official record)

Current SBA Size Standard
$25 Million
Pricing
Fixed Price; Time And Materials;
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Odds of Award
22%
On 5/16/17 Department of Transportation issued Sources Sought DTFAWA-17-R-00018 for CORRECTIVE MAINTENANCE CONTRACT (CMC III) FOR SECURITY SYSTEMS AND EQUIPMENT PREVIOUSLY INSTALLED AT FAA STAFFED FACILITIES due 6/22/17. The opportunity was issued full & open with NAICS 561621 and PSC J.
Primary Contact
Name
Amy Wright, amy.wright@faa.gov, Phone: 202-267-4425 Click here to email Amy Wright   Profile
Email
amy.wright@faa.gov
Phone
None

Secondary Contact

Name
None   Profile
Phone
None

Documents

Posted documents for Sources Sought DTFAWA-17-R-00018

Question & Answer

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

Contract Awards

Prime contracts awarded through Sources Sought DTFAWA-17-R-00018

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought DTFAWA-17-R-00018

Similar Active Opportunities

Open contract opportunities similar to Sources Sought DTFAWA-17-R-00018

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > Headquarters
Source Organization Code
7321272001cdc6648159b05d2c43277f
Last Updated
June 22, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 22, 2017