FAA National Test Equipment Program (NTEP) Test, Measurement, and Diagnostic Equipment (TMDE)

expired opportunity(Expired)
From: Federal Government(Federal)
32516

Basic Details

started - 31 Jan, 2019 (about 5 years ago)

Start Date

31 Jan, 2019 (about 5 years ago)
due - 01 Mar, 2019 (about 5 years ago)

Due Date

01 Mar, 2019 (about 5 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
32516

Identifier

32516
Department of Transportation

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8241)FEDERAL AVIATION ADMINISTRATION (4263)6973GH FRANCHISE ACQUISITION SVCS (1817)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS POSTING IS BEST VIEWED AT, HTTPS://FAACO.FAA.GOV. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov), or any other 3rd party provider, attachments may not be available or viewable to you. The National Test Equipment Support will ensure the calibration of Test, Measurement, and Diagnostic Equipment (TMDE). This requirement includes calibration facilities that are predominantly mobile, with fixed facilities for equipment unable to calibrate on a van. The FAAâ€TMs inventory of TMDE is located at FAA facilities throughout the Continental United States (CONUS) and outside the CONUS (OCONUS). The objective of the National Test Equipment Support Contract is to obtain a broad range of services required by the FAA to support the life cycle management of the TMDE required to maintain NAS systems, facilities, and services. The contract will allow the National Test Equipment Program Manager (NTEPM) and
other stakeholders to ensure TMDE is calibrated within the specified interval referenced on the Calibration Cycle Requirements Table (CCRT). This market survey should identify qualified and capable sources that can provide the services described in the attached Statement of Work. Particularly the capability to provide predominately mobile calibration, along with fixed facilities in support of equipment located at CONUS and OCONUS sites. We will not consider any vendor to be responsive if they cannot display these capabilities. The draft Statement of Work (SOW), is provided as an attachment to this market survey to inform and assist interested vendors with regard to the technical work required. However, interested respondents are cautioned that the Government at its discretion may update and or revise this SOW for any potential contract or request for proposal. At this time, the acquisition strategy and nature of competition has not been determined for any potential contract. The Government welcomes statements of interest and capabilities from all businesses, which are capable of providing the required items/services. However, contract performance has historically been performed by a large business. Depending on responses to this survey and analysis of market research collected, the Government may, at its discretion, decide to pursue a full and open competition or set-aside all or part of the procurement. THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. A SIR/Request for Offer may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. Therefore any cost associated with a market survey submission is solely at the interested vendorâ€TMs expense. The principle North American Industry Classification System (NAICS) code for this effort is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a size standard of $20.5 million. 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. The responses to this market survey will be used for informational purposes only. HOW TO RESPOND TO THIS MARKET SURVEY: Interested vendors should submit the items listed below to the point of contact listed at the bottom of this announcement. 1. Capability Statement. This document is limited to not more than fifteen (15) pages and must include a brief description of the services provided by your firm which are same/similar to those services outlined in this market survey and same/similar to the draft SOW attached at the bottom of this survey. Your capability statement should also include your company name, address, point of contact information, contractor size and NAICS code. Below is a listing of elements the Government expects to see in a capability statement for this effort: a. Describe your capabilities and/or plan to provide the tasks and services in the PWS including: i. Mobile Calibration Services: This must show the capability of your company to perform on site calibrations. ii. CONUS and OCONUS support: This must show the capability of your company to perform calibrations at sites that are CONUS and OCONUS as detailed on the attachments to this market survey. iii. Fixed Facilities: This must show that you have relationships and/or have the capability to repair/calibrate equipment that cannot be calibrated through mobile calibration efforts. iv. Ability to calibrate the listed mix of TMDE. b. Describe how you will provide qualified personnel. c. Describe what portions of the contract you would subcontract. If you plan to not subcontract indicate how your company would meet all of the requirements. d. Describe your quality control plan. e. Describe your contract implementation plan. f. Provide examples of past performance and experience during the previous five years in the same/similar field. 2. Questions or Concerns about the SOW and attachments: This document is not limited in pages. This document is to provide the FAA with a better understanding of industry standards and concerns that industry has with the draft SOW. We would like you to address each question below but also encourage any comments in order to ensure a smoother procurement process. Responses to this market survey must be received by 5:00 P.M. CST, March 1, 2019. Please include “MARKET SURVEY RESPONSE: FAA NTEP TMDE Mobile Calibrationâ€� 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. Submissions should be sent via email to the following point of contact: Stacey.Stanley@faa.gov (405) 954-4417 If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/32516 to view the original announcement.

FEDERAL AVIATION ADMINISTRATION, AAQ-732 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)Location

Place Of Performance : FEDERAL AVIATION ADMINISTRATION, AAQ-732 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)

Country : United StatesState : Oklahoma

You may also like

REPAIR AND CALIBRATION OF NWS TEST EQUIPMENT

Due: 29 Dec, 2024 (in 8 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

EQUIPMENT MAINTENANCE COST REDUCTION PROGRAM

Due: 30 Jun, 2025 (in 14 months)Agency: Minnesota Department of Administration

REPAIR, REFURBISHMENT, PROGRAMMING AND OPERATIONAL VERIFICATION TESTING OF NATIONAL WEATHER SERVICE EQUIPMENT

Due: 19 May, 2024 (in 23 days)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

811 -- Repair and Maintenance/811219 -- Other Electronic and Precision Equipment Repair and Maintenance
naicsCode 811219
pscCode 66INSTRUMENTS AND LABORATORY EQPT