Virginia Bids > Bid Detail

Glide Slope Tower Repainting at Richman, VA. and Sandford, NC.

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159637027201614
Posted Date: Mar 27, 2023
Due Date: Apr 7, 2023
Solicitation No: PRAC2301660_01714
Source: https://sam.gov/opp/6cab0dfe7e...
Follow
Glide Slope Tower Repainting at Richman, VA. and Sandford, NC.
Active
Contract Opportunity
Notice ID
PRAC2301660_01714
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 27, 2023 11:05 am CDT
  • Original Response Date: Apr 07, 2023 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 23832 - Painting and Wall Covering Contractors
  • Place of Performance:
    Richmond , VA 23250
    USA
Description

SEEKING SOURCES FOR REPAINTING OF THE GLIDE SLOPE TOWERS LOCATED NEAR (RICHMOND, VA. AND SANDFORD, NC.)





NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE POC OF THIS ANNOUNCEMENT.





The FAA has a requirement for the Repainting of the Glide Slope Towers. Draft Statements of Work and supporting documents available at this time are attached to this announcement. Please note these documents are in DRAFT format and subject to change as a result of ongoing market research efforts and further development of the FAA’s need.





The purpose of this announcement is to solicit statements of interest and capabilities to determine appropriate acquisition strategy, and rough orders of magnitude (ballpark cost estimates) for budgetary planning purposes only. This is not a screening information request or request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals for this project at this time. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any costs associated with the submission of a response to this announcement is solely at the interested vendor’s risk.





At this time the nature of the competition and acquisition strategy has not yet been determined. The FAA contemplates the award a single Firm Fixed Price (FFP) contract or purchase order for both sites, or award two seperate agreements, one per site. The FAA anticipates the basis for award for either scenarios to be to the lowest price offeror determined eligible for award.





Interested vendors must have an active registration in System for Award Management (SAM) and possess no active exclusions in their registration to be considered a qualified source capable of doing business with the FAA for this work.





The FAA may set-aside this work 100%, or partially, to Small Businesses (SB), Small Business Administration (SBA) 8(a) program participants, Service-Disabled Veteran Owned Small Businesses (SDVOSB), and/or other Small Disadvantaged Business (SDB) concerns per agency procurement policy. In addition to SAM registration representations and certifications, Interested SBA 8(a) program participants must possess the appropriate program certification letter from SBA to claim this status. Interested SDVOSB vendors must be able to be verified in the US Veteran Administration’s repository “VetBiz.gov” to claim this status.





If adequate responses are received from this announcement, the FAA may consider establishing a limited competition pool of interested and qualified vendors for direct solicitation. As such, qualified and interested vendors are highly encouraged to respond to this announcement to make their interest in this project known at this time.







The North American Industry Classification System (NAICS) codes and size standards for this effort: (23832 - Painting and Wall Covering Contractors)







The FAA requests interested vendors to address the requirements in the attached draft SOW. This document is provided for feedback and comments.





Each vendor should include the following information along with their submission:





1. Capability Statement - This document should identify:



- Work Site vendor is interested in performing. Please specify if interested in one or both.



- A clear statement that your company is fully capable to perform the work and interest in submitting a proposal if solicited.



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



- Number of years in business





2. 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.





3. Rough Order of Magnitude (ROM) or budgetary estimate per site of interest for the items described in the Requirements List.





All responses to this market survey must be received by April 7th, 2023 at 3pm Central Time (Oklahoma Time)





All submittals, including attachments, must be submitted electronically to the following:





Email: dean.d-ctr.nguyen@faa.gov



Please include "Sources Sought PRAC2301660_01714” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.





This announcement may be cancelled at any time, for any reason, and without notice.





The Award Management System is the FAA’s governing acquisition regulation. You can learn more about the FAA’s acquisition policy and procurement guidance at the following website:



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
  • Mar 27, 2023 11:05 am CDTSources 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 >