Oklahoma Bids > Bid Detail

Maintenance and Relocation of Vertical Storage Units (VSU) at MMAC, OKC

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159853138459254
Posted Date: Jan 20, 2023
Due Date: Feb 2, 2023
Solicitation No: 6973GH-23-MS-00010
Source: https://sam.gov/opp/f28d8d81f7...
Follow
Maintenance and Relocation of Vertical Storage Units (VSU) at MMAC, OKC
Active
Contract Opportunity
Notice ID
6973GH-23-MS-00010
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 20, 2023 08:36 am CST
  • Original Response Date: Feb 02, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Oklahoma City , OK 73169
    USA
Description

The Federal Aviation Administration (FAA) has a requirement for Maintenance and Relocation Services of vertical storage units for the Logistics Center (FAALC) at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK.



The responses to this market survey 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 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.



The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, service­disabled veteran-owned small businesses and socially and economically disadvantaged small businesses (8A) capable of providing the services outlined in the draft Statement of Work.



This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8A certified firms.



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



North American Industry Classification System (NAICS) code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, size standard 12.5M, applies to this requirement.



The acquisition strategy for the procurement has not been determined at this time; however, either an unrestricted competition or a set-aside will be chosen depending on the responses to the market survey.



Interested firms are required to submit the capability statement and a copy of their SBA 8A certification letter, if applicable.



In order to make this determination the FAA requires the following from interested vendors:



1. Capability Statement. This document should identify:




  • Type of services provided by your firm,

  • Size and type of services provided on previous contracts (elaborate and provide detailed information and past performance),

  • Number of years in business



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.”



Please respond by reviewing the draft SOW and providing a response.



All responses to this market survey must be received by Thursday, February 2, 2023, 2:00 CT. All submittals should be submitted by email to:



Federal Aviation Administration ATTN: Connie Houpt



Email: connie.m.houpt@faa.gov







"This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women- owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169."


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
  • Jan 20, 2023 08:36 am CSTSources Sought (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 >