The FAA has a continuing requirement for Test Equipment Repair and Calibration Services as described in the attached DRAFT Performance Work Statement. The services shall be provided to the Groups/Product Divisions within the FAA Logistics Center (FAALC). The FAALC Groups/Product Divisions provide technical and supply support to the FAA National Airspace System (NAS) field facilities and other government agencies. The work to be performed is primarily in support of aircraft guidance systems, surveillance equipment, automation and communications systems and technical data.
The type of work is currently performed at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK, and is part of a Collective Bargaining Agreement between ARTI-Bionetics Joint Venture, LLC and the International Association of Machinists and Aerospace Workers, District Lodge 171 – Local Lodge 850.
The follow-on requirement is anticipated to be a Non-Personal Support Services contract to be performed wholly at the FAA MMAC, Oklahoma City, OK.
The NAICS CODE for this requirement will be 811210, Electronic and Precision Equipment Repair and Maintenance, with a Small Business Size Standard of $34.0M.
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a Market Survey to improve the Government’s 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 develop the Source List to be used when the solicitation for this requirement is issued. Any interested sources may respond to this market survey. The information identified from this market survey may result in a restricted Screening Process when the solicitation is issued. All decisions will be made based on the information provided by vendors responding to this market survey. 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.
Responses to this market survey may also be used to determine if there is adequate competition to set the requirement aside for Small Businesses, Service-Disabled Veteran Owned Small Business, or Socially and Economically Disadvantaged Small Businesses (SBA 8A) in lieu of opening the acquisition up for full and open competition.
All interested vendors 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. Therefore, any costs associated with vendor’s Market Survey submissions will be solely at the interested vendor’s expense.
RESPONSE TO THIS MARKET SURVEY:
Interested vendors should submit the following information based on the attached DRAFT Performance Work Statement:
Capability Statement:
-
- Clearly demonstrate that the interested vendor is qualified and capable of providing the required equipment,
- Identify type of services provided by your firm,
- Identify size and type of equipment and services provided by previous contracts (elaborate and provide detailed information and past performance)
MANDATORY REQUIREMENTS FOR RESPONSE TO MARKET SURVEY:
In order to be considered responsive, organizations expressing interest in this matter must provide the following:
a. Capability Statement (as defined above)
b. Response shall provide a point of contact name, number and email for questions.
c. *Proof of Entity Registration in the System for Award Management (https://SAM.gov)
d. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable.
*Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) “By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.”
PLEASE NOTE THERE IS A PAGE LIMITATION OF SEVEN (7) PAGES MAXIMUM PER RESPONSE TO THIS MARKET SURVEY. THIS IS ONLY A REQUEST FOR GENERAL INFORMATION. EXCESSIVE SUBMISSIONS ARE NOT DESIRED.
Please respond by submitting complete capability statement by email to:
Federal Aviation Administration
ATTN: Connie Houpt
Email: connie.m.houpt@faa.gov
All responses to this market survey must be received by March 12, 2025, 2:00 pm CT marked as “6973GH-25-MS-00003 Test Equipment Repair and Calibration Market Survey”.
"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, has a program to assist small businesses, small businesses 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."
ATTACHMENT: DRAFT – Performance Work Statement