The RFP Database
New business relationships start here

Market Survey/Request for Information for Simulator Maintenance


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

General Information:
The Federal Aviation Administration is conducting Market Analysis via this Market Survey/Request for Information to provide maintenance in accordance with (IAW) 14 CFR, Part 60 and simulator parts support for the Boeing 737, Airbus 330 (A330) FFSs Level D and A320 aerodynamic package installed in the A330.

The Contractorbs primary mission is to provide the necessary resources, personnel, material, equipment, and services to meet the requirements. The tasks shall include providing maintenance IAW 14 CFR, Part 60 and simulator parts support for the Boeing 737, A330 FFSs Level D, and providing technical and engineering support for the CAE Boeing 737, A330 FFSs, and the A320 aerodynamic package. Contractor shall provide engineering support to assist in troubleshooting maintenance problems, to assist in acceptance testing of maintenance corrective actions, to make software changes to correct malfunctions, to provide any required technical assistance to the on-site maintenance staff, and to provide recommendations on equipment enhancement. The contractor shall provide on-site maintenance support and original equipment manufacturer (OEM) parts for contractor-manufactured and non-manufactured items (excluding aircraft parts, instruments, and avionics) for both simulators at the Mike Monroney Aeronautical Center (MMAC) Government facility on a five (5)-day per week, sixteen (16) hour per day schedule, excluding holidays. The NAICS code for this requirement will be 611512, Flight Training, with a Small Business Size Standard of $27.5 million.

The FAA is conducting this Market Survey/Request for Information to improve the Governmentbs understanding of the current marketplace and to identify qualified and capable sources. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements in the attached description. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to determine the capabilities and availabilities of interested sources in the market and will be used to determine if there is adequate competition to set the requirement aside for SBA 8(a) source, or to set it aside for other Small Businesses, or to open it up for full and open competition. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. Acquisition strategy decisions will be made using the information provided by vendors responding to this market survey.

The requirement will be for a one year base period with four (4) one-year option periods.

All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with Market Survey/Request for Information submissions will be solely at the interested vendorbs expense.

Response to this Market Survey:
Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA. Responses to this market survey will be used for informational purposes only.

Interested vendors must provide evidence of their qualifications and capabilities in their response to the market survey with supporting documentation/information that clearly demonstrates that the vendor can satisfactorily provide the required products and services.

All responses submittals (one response per company) are to be provided with a cover letter on company letterhead. Responses must be received no later than: 3:00 P.M, Central Time on July 6, 2017. Market survey responses received after the time and date specified will be determined to be late and may not be considered.

Capability Statement:

Qualified vendors are invited to submit documentation evidencing the possession of the following capabilities:

1.    Company Information
b"    Name and address of company
b"    Point of contact (name, title, telephone number, and email address)
b"    Business Size Status: 8(a), Small Business, SDVOSB, WOSB, etcb&)

2.    Capability Statement b Provide a brief capability statement that addresses you firmbs business-related capability to provide the services and support requested.

3.    Past Performance b Provide past performance references including at least one (1) but not more than three (3) where your company has supported the FAA or another aviation-related agency. Include the specific Line(s) of Business (LOB) and your role in supporting the agenciesb strategic mission and/or initiatives. Provide the name of the agency, the name of the agency point of contact, phone number and email, the agency address, the applicable contract number, the contract value (financial and tenure b years of support) and a brief description of how the work performed is relevant to this requirement. Provide this information for each submitted past performance reference.

4.    Company Experience. Provide a brief description of your companybs experience in the following areas:
b"    Maintaining Level D FFS
b"    Maintenance - on CAE FFS Logistical support for FFS parts

The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email address: Stephanie.riddle@faa.gov. Responses should be submitted in a portable document format (i.e. pdf file); however, Microsoft Word is acceptable.

If you cannot respond electronically, please send response submittals to:

Federal Aviation Administration
Attn: Stephanie Riddle, Contract Specialist (AAQ-811)

Mailing Address:
P.O. Box 25082
Oklahoma City, OK 73125

Physical Address:
6500 S. MacArthur Boulevard
Oklahoma City, OK 73169-6901

Point of contact is Stephanie Riddle, Contract Specialist, Stephanie.riddle@faa.gov, or telephone (405) 954-7805 or FAX (405) 954-0042. All responses to this market survey must be received by 3:00 P.M Central Time on July 6, 2017.

***No Phone Calls Please***
Respondents must be active in the System for Award Management (SAM) (www.sam.gov).

This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small business owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
ATTACHMENTS:
Draft Statement of Work
                                        
                                        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/27598 to view the original announcement.

Stephanie Riddle, stephanie.riddle@faa.gov, Phone: 405-954-7805

Click here to email Stephanie Riddle

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP