Search Contract Opportunities

FAA LOGISTICS CENTER ENGINEERING SUPPORT SERVICES

Type: Sources Sought • ID: 6973GH-18-R-00128
By the Time It's in SAM, It's Probably too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: June 18, 2018, 3:51 p.m. EDT
AMENDMENT 0002 - The purpose of this amendment is to extend the proposal receipt date from 6/22/2018 at 1500 CT to 6/25/2018 at 1500 CT. THE PREFERRED METHOD OF PROPOSAL DELIVERY IS ELECTRONICALLY VIA EMAIL. AMENDMENT 0001 - The purpose of this amendment is to add AMS Clause 3.3.1-14 Limitation of Funds (APR 1996); remove AMS Clause 3.6.4-18 Certification Regarding Steel and Manufactured Products (APR 2009); remove local clause AC4561; revise paragraph L.2; revise Table L.3-1; revise paragraph L.4; and revise paragraph L.6. The amendment does not extend the response date. See attachment Screening Information Request_Request for Proposal 6973GH-18-R-00128-A0001. In addition to the amendment, Questions from the SIR are also posted. The announcement is a REQUEST FOR PROPOSAL (RFP) and is not a market survey or request for information. TOTAL SOCIALLY and ECONOMICALLY DISADVANTAGE BUSINESS (SEDB/8(a)) SET-ASIDE The Federal Aviation Administration (FAA) is announcing its plans for the acquisition of Engineering Support Services for the Federal Aviation Administration Logistics Center (FAALC), Oklahoma City, Oklahoma. The general scope of work for these services shall be provided to the Groups/Product Divisions within the FAALC. The FAALC Groups/Product Divisions provide technical support and supply support to the FAA National Airspace System (NAS) field facilities and other government agencies. The work to be performed is primarily in support of aircraft guidance systems, surveillance equipment, automation and communications systems and technical data. To accomplish the work effort specified in this PWS the contractor shall provide a wide variety of engineering support personnel. The contractor shall perform the services identified in this PWS with minimal assistance from FAA personnel. This acquisition will use streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the Federal Aviation Administration Acquisition Management System (AMS) of 1997. The contract has a potential duration of five (5) years including a base year with four (4) 1-year options. It is anticipated that a time and material/labor hour type indefinite delivery/indefinite quantity contract will be awarded as a result of this solicitation. Your attention is directed to Sections L and M of SIR/RFO 6973GH-18-R-00128 for instructions for preparation and submission of proposals. The procurement action resulting from this Announcement/Screening Information Request (SIR) is contemplated as a set-aside for competitive award among Socially and Economically Disadvantaged Businesses (SEDBs) that are expressly certified by the SBA for participation in the SBA TMs 8(a) program. To be considered, a vendor must be classified as a small business under the North American Industry Classification System (NAICS) code 541330, Security Guards and Patrol Services - $15/million. Each firm claiming 8(a) status is required to provide a copy of its SBA 8(a) certification letter to the Contracting Officer with its response to this Announcement/SIR. Offerors must complete Section K. The FAA reserves the right to review and verify each vendor's program eligibility. In conjunction with the set-aside nature of the requirement, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. This requirement is found in AMS Clause 3.6.1-7, Limitation on Subcontracting. The procurement Contract Specialist (PCO), Kevin Gramling, is the sole point of contact for this acquisition. Do not contact the program office or program office personnel at any time regarding this acquisition. All written requests, correspondence, and submittals must be sent to the contract specialist via email at kevin.gramling@faa.gov or to the address specified on Page 1, Item 8, of the Cover Page (Solicitation, Offer, and Award). ALL OFFEROR QUESTIONS, CONCERNS, AND CLARIFICATION REQUESTS MUST BE MADE IN WRITING AND SUBMITTED WITHIN FOURTEEN (14) CALENDAR DAYS OF THE RELEASE OF THE SIR. WRITTEN INQUIRIES RECEIVED WITHIN THIS TIMEFRAME WILL BE ANSWERED IN WRITING AND PROVIDED TO ALL OFFERORS PRIOR TO THE REQUIRED DATE FOR SUBMITTAL OF THE OFFEROR PROPOSALS. THE AGENCY RESERVES THE RIGHT TO NOT ANSWER ANY REQUESTS RECEIVED OUTSIDE OF THE ABOVE TIMEFRAME. FURTHERMORE, OFFERORS SHOULD NOTE THAT THE PROPOSAL DUE DATE WILL NOT BE EXTENDED SOLELY ON THE BASIS OF QUESTIONS RECEIVED WITHIN OR BEYOND THE TIMEFRAME MENTIONED ABOVE. THE FAA WILL NOT PROVIDE VERBAL RESPONSES TO OFFEROR QUESTIONS, CONCERNS, AND CLARIFICATION REQUESTS INITIATED VIA OFFEROR TELEPHONE CALLS. The date and time for receipt of responses is 3:00 p.m. local time, June 22, 2018. Any responses received after 3:00 p.m., June 22, 2018, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor TMs response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. This SIR/RFP is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. 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/30501 to view the original announcement.
Posted: June 5, 2018, 4:40 p.m. EDT
Posted: May 15, 2018, 2:04 p.m. EDT

Overview

Response Deadline
June 25, 2018, 1:00 a.m. EDT (original: June 22, 2018, 1:00 a.m. EDT) Past Due
Posted
May 15, 2018, 2:04 p.m. EDT (updated: June 18, 2018, 3:51 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
28%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
69% of obligations for similar contracts within the Federal Aviation Administration were awarded full & open.
On 5/15/18 Acquisitions & Business Services issued Sources Sought 6973GH-18-R-00128 for FAA LOGISTICS CENTER ENGINEERING SUPPORT SERVICES due 6/25/18. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC R.
Primary Contact
Name
Kevin Gramling, kevin.gramling@faa.gov, Phone: 405-954-3123 Click here to email Kevin Gramling   Profile
Email
kevin.gramling@faa.gov
Phone
None

Secondary Contact

Name
None   Profile
Phone
None

Documents

Posted documents for Sources Sought 6973GH-18-R-00128

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought 6973GH-18-R-00128

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 6973GH-18-R-00128

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 6973GH-18-R-00128

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 25, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 25, 2018