Oklahoma Bids > Bid Detail

6973GH-21-D-00050 - BMS - MOD P00006 - INTENT TO SINGLE SOURCE

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159790543558137
Posted Date: Feb 21, 2023
Due Date: Feb 23, 2023
Solicitation No: 6973GH-21-D-00050-P00006
Source: https://sam.gov/opp/4743121168...
Follow
6973GH-21-D-00050 - BMS - MOD P00006 - INTENT TO SINGLE SOURCE
Active
Contract Opportunity
Notice ID
6973GH-21-D-00050-P00006
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 21, 2023 07:47 am CST
  • Original Response Date: Feb 23, 2023 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Oklahoma City , OK 73169
    USA
Description

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





This is notice of the FAA’s intent to pursue a single source acquisition strategy for the deployment of five (5) locations for implementation of the Aircraft Video Downlink (AVDL) systems per the attached Statement of Work (SOW) in support of Customs and Border Protection (CBP) within the Department of Homeland Security (DHS). The draft requirements are identified in the attached to this announcement.





The responses to this announcement will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this announcement. Therefore, any cost associated with the submission is solely at the interested vendor’s expense.





Responses to this announcement should include the following:





1. Capability Statement - This document should identify:





- Provision of the same/similar services as listed in the SOW that have been provided by your firm





- Previous contracts and awards for these services (elaborate: quantities, dollar amounts and provide detailed information and past performance)





- Number of years in business





2. Clearly state whether or not you can provide all equipment and services as listed in this announcement and draft SOW.





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





4. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the RFI.





All responses to this announcement must be received by 4:00 p.m. Central Time (Oklahoma Time) on February 23, 2023.





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





Email: jason.m.perry@faa.gov and tamara.m.maxwell@faa.gov





If email is your method of submission, please include " 6973GH-21-D-00050-P00006 - BMS - Intent to Single Source” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. If you cannot respond electronically, please send two copies by the indicated deadline to:





Acquisition Management System (AMS) is the FAA’s governing acquisition regulation over the Federal Acquisition Regulation (FAR). You can learn more about the FAA’s acquisition policy and procedures at the following link:





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


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 21, 2023 07:47 am CSTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >