Michigan Bids > Bid Detail

Foundation Shelter Replacement

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159149775486577
Posted Date: Mar 1, 2024
Due Date: Mar 15, 2024
Source: https://sam.gov/opp/5b0a0cab7c...
Follow
Foundation Shelter Replacement
Active
Contract Opportunity
Notice ID
2400895
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 29, 2024 09:17 pm CST
  • Original Response Date: Mar 15, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2BA - REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Grand Rapids , MI
    USA
Description

1. Introduction and Purpose



The Federal Aviation Administration (FAA) has a requirement for the replacement of runway 26L glide slope shelter foundation.



The purpose of this announcement is to conduct a market survey 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 market survey will enable the FAA to review responses that are current and will assist with acquisition planning based on current data. Responses to this market survey will be used for informational purposes only.



The purpose of this market survey is to obtain information that is to 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.



2. North American Industry Classification System (NAICS) code(s) and Product Service Code (PSC)



NAICS Size Standard



236220 $45.0M



PSC



Z2BA



3. Incumbent Contractor (if applicable)



Not Applicable



4. Nature of Competition



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. 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;



2. Response shall also provide a point of contact number and name (either by phone, email or both) for questions.



3. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable.



5. Regions of Performance



Gerald Ford International Airport, Grand Rapids, Michigan



6. Standard Language



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.



7. Submittal Requirements for Market Survey



All responses to this market survey must be received by Thursday, March 14, 2024, 3:00 CST (Oklahoma time). Please include “MARKET SURVEY RESPONSE: 2400895-Foundation Shelter Replacement” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.



NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER. CONTACT INFORMATION IS PROVIDED BELOW.



All submittals should be submitted in electronic format (email) to: Samantha Pearce, Contracting Officer, Samantha.A.Pearce@faa.gov.



8. Attachments (if applicable)






  • SOW - Shelter Foundation Replacement Spec

  • Runway 26L GS Shelter Foundation Replacement PR

  • Runway 26L GS Shelter Foundation Replacement C

  • Runway 26L GS Shelter Foundation Replacement J

  • Project Transmittal EOSH Doc-GRR GS-Foundation Replacement

  • GRR GS AGL-DT#7096 Roman Signed on 021822

  • Form_3900-17_Runway 26L GS Shelter Foundation Replacement-Signed

  • Form_3900-18_Revised_Final -GRR GS-Foundation Replacement

  • CSA EOSH Checklist-GRR GS- Foundation Replacement

  • 2022-AGL-1-NR Case Data - Quick View


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 29, 2024 09:17 pm 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 >