Search Contract Opportunities

FAA LOGISTICS CENTER TEST EQUIPMENT REPAIR & CALIBRATION SUPPORT SERVICES

ID: 6973GH-20-R-00051 • Type: Solicitation • 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
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 13, 2020, 11:33 a.m. EDT

AMENDMENT 0005 - The purpose of this amendment is to revise language in Section L.8 paragraph 2 for location of proposal submittal if not submitted electronically.

AMENDMENT 0004 - The purpose of this amendment is to revise language in Table L.5-1 Proposal Volume Requirements and the paragraph heading for L.6 Cost/Price Proposal and Post Questions and Answers received from industry.

AMENDMENT 0003 - The purpose of this amendment is to remove Attachment 4 - Wage Determination from the Request for Proposal and Post Questions and Answers received from industry.

AMENDMENT 0002 - The purpose of this amendment is to extend the date for proposal receipt from 15 Apr 2020 to 15 May 2020.

AMENDMENT 0001 - AMS Clause 3.6.2-40 - Nondisplacement of Qualified Workers (Apr 2009) is hereby removed, please see attached amendment 6973GH-20-R-00051-0001.

The announcement is a REQUEST FOR PROPOSAL (RFP) and is not a market survey or request for information. The RFP and attachments can be found on the beta.SAM website at https://beta.sam.gov.

TOTAL SMALL BUSINESS SET-ASIDE
The Federal Aviation Administration (FAA) is announcing its plans for the acquisition of Test Equipment Repair & Calibration 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 technical 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-20-R-00051 for instructions for preparation and submission of proposals.

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 6, 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, April 15, 2020. Any responses received after 3:00 p.m., April 15, 2020, 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's 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.

Posted: April 17, 2020, 11:54 a.m. EDT
Posted: April 14, 2020, 8:07 a.m. EDT
Posted: April 1, 2020, 2:32 p.m. EDT
Posted: March 19, 2020, 8:46 a.m. EDT
Posted: March 16, 2020, 11:48 a.m. EDT

Overview

Response Deadline
May 15, 2020, 4:00 p.m. EDT (original: April 15, 2020, 4:00 p.m. EDT) Past Due
Posted
March 16, 2020, 11:48 a.m. EDT (updated: May 13, 2020, 11:33 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Oklahoma City, OK 73125 United States
Source

Current SBA Size Standard
$22 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
99% of obligations for similar contracts within the Federal Aviation Administration were awarded full & open.
On 3/16/20 Acquisitions & Business Services issued Solicitation 6973GH-20-R-00051 for FAA LOGISTICS CENTER TEST EQUIPMENT REPAIR & CALIBRATION SUPPORT SERVICES due 5/15/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811219 (SBA Size Standard $22 Million) and PSC J059.
Primary Contact
Name
Kevin Gramling   Profile
Phone
(405) 954-3123

Documents

Posted documents for Solicitation 6973GH-20-R-00051

Question & Answer

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

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 6973GH-20-R-00051

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 6973GH-20-R-00051

Similar Active Opportunities

Open contract opportunities similar to Solicitation 6973GH-20-R-00051

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
May 30, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 30, 2020