Agency: | TRANSPORTATION, DEPARTMENT OF |
---|---|
State: | Maine |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 23, 2024 |
Due: | May 3, 2024 |
Solicitation No: | AC-24-03140 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW.
The FAA is seeking qualified sources to provide statements of interest in response to this announcement for the purpose of market research and determination of acquisition strategy.
This FAA currently estimates this project should cost between $100K - $130K; however, please note the Statement of Work (SOW) attached to this announcement is considered to be in DRAFT format at this time and subject to change as a result of ongoing market research efforts.
The FAA's current intended procurement strategy is to award a single Firm Fixed Price (FFP) contract competitively to the lowest price bidder that can be determined fully responsive to the solicitation, can affirmatively be determined responsible via verification of active registration in System for Award Management (SAM.gov) and possesses no exclusions therein, possess no adverse recent and/or relevant past performance, and present low or no apparent overall risk to the FAA if awarded a contract.
Please note that the attached requirement documents are in DRAFT format and are subject to change. Interested vendors are encouraged to provide any questions, comments, or concerns related to the requirements contained in the draft documents attached in their response.
Responses resulting from this announcement are intended to be used to determine if this requirement can be set-aside for part, or all, for small businesses or for small economically disadvantaged small business. Interested Service-Disabled Veteran Owned Small Businesses (SDVOSB) and participants in SBA’s 8(a) program are particularly encouraged to provide statements of interest in this project for set-aside considerations. In addition to small business type, a local area set-aside (vendors whose businesses are based within the local Nashville, TN area) may also be considered if adequate interest is received by the FAA from local vendors as a result of this announcement.
Interested vendors are requested to include the information provided below in their response to this announcement to assist the FAA in finalizing our acquisition strategy for the forthcoming solicitation.
1. Statement of Capability and interest:
a. A statement of interest that your company would likely bid on this project if a solicitation was released; please identify any missing information or clarification needed for best possible pricing purposes.
b. Provision of services as listed in the draft Statement of Work that have been provided by your firm for similar efforts.
c. Previous contracts and awards for similar equipment / services (elaborate: quantities, dollar amounts and provide detailed information and past performance).
d. Number of years in business.
e. Please clearly state if your company can perform all requirements listed in the SOW.
2. Expected programmatic approach (in-house, teaming, subcontracting, etc.)
a. 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.
3. Rough Order of Magnitude (a ballpark estimate for the FAA’s budgetary planning purposes) for the services described in the requirement.
All responses to this market survey must be received by 4:00 p.m. Central Time on May 3, 2024.
The FAA requires that all submittals, including attachments, be submitted electronically to the following:
Email: stephen.n.branch@faa.gov
Please include "MARKET SURVEY RESPONSE: MLT VOR Rehab” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.
The FAA reserves the right to cancel this announcement at any time, for any reason, and without notice.
The Acquisition Management System (AMS) is the governing regulation of FAA acquisitions over the Federal Acquisition Regulation (FAR). You can learn more about the FAA’s acquisition process at the following link:
https://fast.faa.gov/PPG_Procurement.cfm
With GovernmentContracts, you can:
Follow N3904024R0005- SSTG #1 and #2 Maintenace and Repair- Portsmouth Naval Shipyard Active
Federal Agency
Bid Due: 12/15/2024
Follow JLG MANLIFT RENTALS (MULTIPLE) FOR FY24 Active Contract Opportunity Notice ID N3904023Q0171
DEPT OF DEFENSE
Bid Due: 7/07/2024
Follow Z1DA--402-21-709 Replace Elevators 200 200E Active Contract Opportunity Notice ID 36C24124R0051 Related
VETERANS AFFAIRS, DEPARTMENT OF
Bid Due: 6/03/2024
bid # due date due time commodity attachments addenda 2024-030 31-May-2024 11:59 pm
University of Maine
Bid Due: 5/31/2024