Wisconsin Bids > Bid Detail

FAA Market Survey / Request for Information / Capability Assessment: Engine Generator - Storage, Maintenance, & Shipping

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159107695258231
Posted Date: Oct 5, 2022
Due Date: Oct 20, 2022
Solicitation No: 693KA8-23-R-00002
Source: https://sam.gov/opp/26dd34ca28...
Follow
FAA Market Survey / Request for Information / Capability Assessment: Engine Generator - Storage, Maintenance, & Shipping
Active
Contract Opportunity
Notice ID
693KA8-23-R-00002
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
693KA8 SYSTEM OPERATIONS CONTRACTS
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 05, 2022 06:04 pm EDT
  • Original Response Date: Oct 20, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6620 - ENGINE INSTRUMENTS
  • NAICS Code:
    • 493110 - General Warehousing and Storage
  • Place of Performance:
    Milwaukee , WI 53212
    USA
Description

Title: FAA Market Survey / Request for Information / Capability Assessment: Engine Generator - Storage, Maintenance, & Shipping

Announcement Type: Pre-Solicitation / Market Survey

Notice ID: 693KA8-23-R-00002

Name/Organization: Stephen Young / AAQ-310

Region Issuing Office: HQ — Washington DC

Phone/Email: (202) 267-4440 / Stephen.young@faa.gov

NAICS Code: 493110 General Warehousing and Storage

Procurement Method: Commercial

Region(s) of Performance: Milwaukee, WI, primarily Contractor’s Facility

In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1 Market Analysis - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from potential vendors. This Market Survey announcement is not a Request for Proposal (RFP) of any kind. This survey is for informational and planning purposes only. No solicitation exists currently. The FAA is not seeking or accepting unsolicited proposals. This notice should not be construed as a commitment of any type by the Government to take or not to take any action. Since this is a Market Survey, no evaluation letters or results will be issued to respondents. The Government will not reimburse any costs incurred by vendors in responding to this notice. The responses to this Market Survey will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information that is appropriately marked will be protected. Responses will not be returned. This announcement does not guarantee that a solicitation or procurement of any kind will be issued and this announcement will not be construed as a commitment by the Government to enter into a contract. If a solicitation is issued, it will be announced on the www.beta.SAM.gov web site. It is the prospective offeror’s responsibility to monitor this site for the release of any such solicitation.

INTRODUCTION:

The Federal Aviation Administration (FAA) has a requirement for the storage of Engine Generator System (EGS) and associated equipment in support of the Engine Generator (EG) Program. This Statement of Work (SOW) defines the FAA’s requirements for Pre-Deployment warehouse support for the EG program.

COMPETITION/SMALL BUSINESS:

This Market Survey is conducted, in part, in an effort to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among certain types of small businesses. With that said, this Market Survey is intended to seek information from interested vendors of all sizes and types. The acquisition strategy and the nature of this procurement has yet to be determined. The FAA may decide to do a full and open competition, a full or partial set-aside with a business type identified above, or a direct award.

The Principal North American Industry Classification System (NAICS) size standard code for this requirement 493110 General Warehousing and Storage, with a size standard of $30M. Suggestion

of an alternate NAICS code does not require that the work be set-aside or solicited under that alternative code.

BACKGROUND:

The FAA is currently acquiring Commercial Off-the-Shelf/Non-Developmental Items (COTS/NDI) Engine Generators. This COTS/NDI approach provides the FAA with the most efficient approach to acquire engine generators. The purpose of the EG is to supply secondary electric power for the duration of any failure of the normal (Commercial) power supply. In support of this effort, the FAA requires storage of the engine generators and associated equipment in a Pre-Deployment Warehouse.

A Draft Statement of Work is attached to this Market Survey outlining requirements with significantly more detail for interested vendors. Vendors are highly encouraged to read the Draft SOW in full for the best understanding of the FAA’s requirement. The requirement is anticipated to be a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) Fixed Price CLIN type contract, but the anticipated period of performance and contract type are subject to change at the FAA’s discretion in accordance with the FAA’s best interests.

CAPABILITY STATEMENT:

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

1. The type of Service the Company provides, customers served, and years of experience that demonstrate the ability to perform the requirements described and outlined in the Draft SOW.

2. Must have been in business for ten (10) or more years providing warehouse storage for engine generators and associated equipment. Please give a detailed description of previous contracts, including size and type of previous contracts that demonstrates that this previous experience is similar in scope to the requirements as outlined in the Draft SOW.

3. The respondent’s warehouse must be located in Milwaukee, WI. It also must contain at least 42,000 square feet and be able to expand up to 100,000 square feet (if necessary). The respondent must also list the price per square foot of their warehouse space.

4. The respondent must possess the ability to coordinate shipping of engine generators and associated equipment from their warehouse to customers’ sites located in the Continental United States (CONUS) and to sites located outside the Continental United States (OCONUS). The shipment must include freight, delivery, and off-loading. The freight/delivery truck should be appropriate for delivery to any location and over any type of terrain. Off-loading must be accomplished via fork lift or crane, depending on the size of the equipment and site requirements. Please give a detailed description of previous contracts, including size and type of previous contracts, which demonstrates that this previous experience is similar in scope to the requirements as outlined in the Draft SOW.

5. The respondent must provide evidence of having ten (10) or more years of experience maintenancing Kohler engine generators. Please give a detailed description of previous contracts, including size and type of previous contracts, which demonstrates that this previous experience is similar in scope to the requirements as outlined in the Draft SOW.

6. The respondent must also show some type of Kohler accreditation or Kohler certification for being able to work on Kohler engine generators.

7. If your company will require the services of additional subcontractors or teaming partners to perform the requirements of this contract, please identify any subcontracts, teaming agreements, or partnerships and the estimated percentage of work each third party would perform against the total effort of the contract. Identify each subcontractor and/or teaming partner by its business type and size (i.e., small business and type thereof or large business).

RESPONSES:

Please include the following in your response to this survey:

1. Capability Statement (not to exceed 20 pages; no font than 12-point may be used);

2. Name and Address of Company, Point of Contact (name, title, telephone number, and email address) and whether the respondent is a Large or Small Business, an SDVOSB or an SEDB;

3. CAGE CODE; and

4. DUNS NUMBER.

SUBMISSION FORMAT:

Email your response to Stephen Young at stephen.young@faa.gov by 4:00 P.M. Eastern Time on October 20, 2022. Responses received after this deadline will not be considered. The electronic submission should be in either Microsoft Word format or Portable Document Format (PDF). Submission must include company Point(s) of Contact, telephone number(s), Email address(es), and mailing address.

If you have questions or need additional information, etc. regarding this market survey, email Stephen Young at stephen.young@faa.gov.

Respondents are encouraged to review the Draft SOW. This Market Survey and attachment is available at www.beta.sam.gov.

ATTACHMENTS:

1. Draft SOW


Attachments/Links
Attachments
Document File Size Access Updated Date
SOW Warehouse.docx Final.pdf (opens in new window)
206 KB
Public
Oct 05, 2022
file uploads

Contact Information
Contracting Office Address
  • AAQ-30, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW
  • WASHINGTON , DC 20591
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 05, 2022 06:04 pm EDTPresolicitation (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 >