Search Contract Opportunities

Market Survey/RFI - FAA Mike Monroney Aeronautical Center, OKC - RVSS-U Relocatable Tower Repair

ID: 6973GH-AC-24-14913-LCSS • Type: Sources Sought

Description

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER.

The Federal Aviation Administration (FAA) requires Evaluation and Repair Services for Relocatable Towers at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK in Support of Customs and Border Protection (CBP) Remote Video Surveillance System Upgrade (RVSS-U), as detailed in the draft Statement of Work and attachments.

At this time, Tower Solutions LLC, (UEI: LXS6WCV1G497, CAGE Code: 1QFM6) Saint Paul, MN is the only known source that can satisfy this requirement as they are the Original Equipment Manufacturer (OEM) with non-negotiable proprietary rights.

The purpose of this market survey is to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This information will be used by the FAA in choosing the method and type of procurement competition to be used to fulfill this requirement. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.

Responses to this market survey will be used for informational purposes only.

North American Industry Classification System (NAICS) code 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, size standard 1,350 employees, applies to this requirement.

The nature of the competition and procurement method that will be conducted for this requirement has not yet been determined. The FAA will review the responses to this Market Survey and will make acquisition planning decisions based on market survey responses and the FAA's needs. The FAA may decide to conduct a full-and-open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.

In order to make this determination the FAA requires the following information from interested vendors in accordance with the attached documents herein:

  1. General Capability Statement - This document is limited to not more than six (6) pages, in Times New Roman, size 12 pt. font, and must 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.
  1. Specific Capability Statement ability to provide the relocatable tower evaluation and repair services in accordance with the attached draft SOW and OEM specifications. Responses must also include if you currently hold a fully adjudicated Background Investigation (BI) through DHS / CBP and / or a current CBP badge holder.
  2. Response shall also provide a point of contact number and name (either by phone, email or both) for questions.
  3. *Proof of Entity Registration in the System for Award Management (https://SAM.gov)
  4. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable.

*Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. The responses will be used to develop the source list for this requirement. 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 vendor's expense.

All responses to this market survey must be received by Thursday, August 15, 2024 2:00pm Central Time. Please include MARKET SURVEY RESPONSE: Market Survey/RFI - FAA Mike Monroney Aeronautical Center, OKC - RVSS-U Relocatable Tower Repair in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted, if applicable.

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER.

All submittals should be submitted in electronic format (email) to:

Raymond Lena, Contracting Officer

Raymond.A.Lena@faa.gov

Background
The Federal Aviation Administration (FAA) is seeking Evaluation and Repair Services for Relocatable Towers at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. This initiative supports the Customs and Border Protection (CBP) Remote Video Surveillance System Upgrade (RVSS-U). The FAA Logistics Center will provide engineering, technical, and logistics services to support CBP's efforts in border control and interior enforcement as part of a comprehensive multi-year plan by the Department of Homeland Security (DHS). Tower Solutions LLC is currently identified as the only known source capable of fulfilling this requirement due to their status as the Original Equipment Manufacturer (OEM) with proprietary rights.

Work Details
The contractor will provide all necessary labor, materials, equipment, travel, and other means to evaluate and repair two relocatable towers (Models 614-11 and 614-14) located at MMAC. The goal is to restore these towers to full operational status according to OEM standards. Specific deliverables include:

- Evaluation and repair of two relocatable towers.
- A written report detailing all parts and repair services provided for each tower.
- Recommendations for any changes or upgrades to maximize capabilities or extend the life of the towers after deployment.

**Recommended Parts List for Model 614-11:**
- PP3481, Stealth Hybrid Power System: 1
- XA-35667-87 CABLE 10AWG 5C SOOW-A, 87FT: 1
- TS12787-22, 1-Ph AC Power Liquatite, 22', PTX-100-80: 1
- TS12787-17, 1-Ph AC Power Liquatite, 17', PTX-100-80: 1
- TS12787-12, 1-Ph AC Power Liquatite, 12', PTX-100-80: 1
- TS12791-8, AC Cable Reel Liquatite, PTX-100-80: 1
...

**Recommended Parts List for Model 614-14:**
- PP3481 STEALTH HYBRID POWER SYSTEM 19.4 KWH BP, 80' TOWER: 1
- TS14679 Replacement Door with SST Hinge: 1
...
(Complete parts list includes various cables, power systems, batteries, hardware components necessary for repairs.)

Period of Performance
The anticipated period of performance for this contract is up to one hundred and twenty (120) days after award.

Place of Performance
The work will be performed at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK.

Overview

Response Deadline
Aug. 15, 2024, 3:00 p.m. EDT Past Due
Posted
July 30, 2024, 3:28 p.m. EDT
Set Aside
None
Place of Performance
Oklahoma City, OK 73169 United States
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Odds of Award
28%
On 7/30/24 Acquisitions & Business Services issued Sources Sought 6973GH-AC-24-14913-LCSS for Market Survey/RFI - FAA Mike Monroney Aeronautical Center, OKC - RVSS-U Relocatable Tower Repair due 8/15/24. The opportunity was issued full & open with NAICS 334511 and PSC 5445.
Primary Contact
Name
Raymond Lena   Profile
Phone
None

Secondary Contact

Name
Cris Ekadis   Profile
Phone
None

Documents

Posted documents for Sources Sought 6973GH-AC-24-14913-LCSS

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 6973GH-AC-24-14913-LCSS

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 6973GH-AC-24-14913-LCSS

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 6973GH-AC-24-14913-LCSS

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
Aug. 30, 2024
Last Updated By
raymond.a.lena@faa.gov
Archive Date
Aug. 30, 2024