Washington, DC Bids > Bid Detail

Market Survey for National Engine Generator

Agency:
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159092701995228
Posted Date: Nov 7, 2023
Due Date: Dec 4, 2023
Source: https://sam.gov/opp/b77881056a...
Follow
Market Survey for National Engine Generator
Active
Contract Opportunity
Notice ID
693KA8-24-RFI-EngineGenerator
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
693KA8 SYSTEM OPERATIONS CONTRACTS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 06, 2023 09:55 pm EST
  • Original Response Date: Dec 04, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6115 - GENERATORS AND GENERATOR SETS, ELECTRICAL
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    Washington , DC 20591
    USA
Description

SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI)/MARKET SURVEY






  1. CONTRACT OPPORTUNITY




  • Name: FAA Market Survey /Request for Information / Capability Assessment: Engine Generator (EG) Program

  • Notice ID: 693KA8-24-RFI-Engine Generator

  • Department/Ind. Agency: TRANSPORTATION, DEPARTMENT OF transportation

  • Sub-tier: 6920 FEDERAL AVIATION ADMINISTRATION (FAA)

  • Office: FAA’s Air Traffic Organization (ATO), Power Services Group (PSG), AJW-22






  1. GENERAL INFORMATION




  • Contract Opportunity Type: Sources Sought (Original)/Market Survey






  1. CLASSIFICATION




  • Original Set Aside: At this time, no set-aside applies.

  • Product Service Code: 6115; Motor-Converters: Motor-Generator Sets; Engine Generators; Engine Accessory Generators

  • NAICS Code: 335312 - Motor and Generator Manufacturing

  • Place of Performance: CONUS and OCONUS






  1. DESCRIPTION






  1. INTRODUCTION





The Federal Aviation Administration (FAA)'s Air Traffic Organization (ATO), Power Services Group (PSG) is conducting a Market Survey to ascertain current market conditions and vendor capabilities to perform the requirements outlined in the attached draft Statement of Work (SOW) and draft Specifications (Specifications) for an Engine Generator (EG) contract. This Market Survey will be used for determining the level of competition for and giving consideration to the number of vendors who possess the capability to provide equipment, project management, configuration management, technical support services, test evaluation, logistics support, training, and quality control similar in scope to the SOW and Specifications.






  1. BACKGROUND





The FAA requires Commercial Off-the-Shelf/Non-Development Items (COTS/NDI) EGs. This COTS/NDI approach provides the FAA with the most efficient approach to acquire EGs. The purpose of the EGs is to supply secondary electric power for the duration of any failure of the normal commercial power supply. SOW and Specifications are attached to this Market Survey outlining requirements with significantly more detail for interested vendors. Vendors are highly encouraged to read the attachments for the best understanding of the FAA's requirements. The requirement is anticipated to be a ten (10) year Indefinite Delivery/Indefinite Quantity (IDIQ) type contract, consisting of a two (2) year base period and four (4) two-year option periods. The anticipated period of performance is subject to change at the FAA’s discretion.






  1. CAPABILITY STATEMENT:





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








    1. Type of service provided by company that demonstrates the ability to perform the requirements described and outlined in the SOW.

    2. Responses to questions in the attached EG Capabilities Questions.

    3. Detailed description of previous contracts, including size and type of previous contracts, that are of similar size, scope, and complexity to the requirements as outlined in the SOW. Provide detailed information and past performance, if available.

    4. Detailed description of current contracts, including size and type of current contracts, that are of similar size, scope, and complexity to the requirements as outlined in the SOW.

    5. Clearly state if your company has previously performed Original Equipment Manufacturer (OEM) training services and the total number of years the company has been providing these services.

    6. Number of years in business providing the same or similar services as related to the SOW.

    7. If your company will require the services of additional subcontractors 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.








  1. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE





The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 335312, with a size standard of 1250 employees. Suggestion of an alternate NAICS code does not require that the work be set-aside or solicited under that alternative code.






  1. NATURE OF COMPETITION





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 Socially and Economically Disadvantaged Business (SEDB) vendors that are 8(a) certified, Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Historically Underutilized Business Zone (HUBZone) small businesses, Small Disadvantaged Businesses (SDB), Women-Owned Small Business (WOSB) and/or Economically Disadvantaged Women-Owned Small Business (EDWOSB). SEDBs must be certified by the Small Business Administration (SBA). 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 or a full or partial set-aside with a business type identified above.






  1. GENERAL





In accordance with 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 in accordance with the FOIA. 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 the FAA decides to conduct a competition, it may limit the competition to only those vendors who respond to this Market Survey. If a solicitation is issued, it will be announced on the https://beta.SAM.gov web site. It is the prospective Offeror's responsibility to monitor this site for the release of any such solicitation.






  1. QUESTIONS AND COMMENTS





Submit any questions or comments, which must be limited to aspects of this announcement that affect the preparation of responses to the Market Survey, by email to Stephen Young at Stephen.Young@faa.gov no later than 4:00 PM EST on November 20, 2023.






  1. SUBMITTAL REQUIREMENTS FOR MARKET SURVEY





Please include the following in your response to this Market Survey:






  1. Capability Statement (not to exceed twenty (20) pages, with 12-point Times New Roman font);

  2. Name and Address of Company, Point of Contact (name, title, telephone number, and email address);

  3. Large or Small Business Designation, type of Small Business, and any Minority/Disadvantaged/Veteran Status;

  4. Commercial and Government Entity (CAGE) code; and

  5. Data Universal Numbering System (DUNS) number.






  1. SUBMISSION INSTRUCTIONS





Email your response to Stephen Young at Stephen.Young@faa.gov no later than 4:00 PM EST on December 4, 2023. Responses received after this deadline will not be considered. The electronic submission should be in either Microsoft Word format or Portable Document Format (PDF). Respondents are encouraged to review the SOW. This Market Survey and attachments are available at SAM.gov.






  1. ATTACHMENTS/LINKS






  1. Draft Statement of Work

  2. Draft Specifications

  3. EG Capabilities Questions






  1. CONTACT INFORMATION




  • Contracting Office Address: AAQ-30, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW

  • WASHINGTON , DC 20591 USA

  • Primary Point of Contact: Stephen Young, Stephen.Young@faa.gov, (202) 267- 4440

  • Secondary Point of Contact: Holly Guadiana, holly.guadiana@faa.gov, 405-202-5410






  1. HISTORY: Updated automatically


Attachments/Links
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
  • Nov 06, 2023 09:55 pm ESTPresolicitation (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 >