Description
This notice is a Request for Information (RFI) for the purpose of conducting market research. The Federal Aviation Administration is conducting a market survey to identify capable sources and to plan its acquisition strategy for a future acquisition. This survey is being conducted in accordance with the 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. THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. The Government is not committed to issue a solicitation or award a contract as a result of this announcement. A Solicitation (SIR)/Request for Proposal may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals at this time. Any cost associated with a market survey submission is solely at the interested vendor's expense. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. General Scope of Work: The requirement is for annual fire alarm system, sprinkler system and fire pump inspection and testing. The contractor is to provide all supervision, associated work, equipment, and appurtenances for testing and inspection. The Contractor shall be experienced in the testing of these systems and devices. The supervisor shall be at a minimum, a National Institute for Certification Engineering Technology (NICET) Level III and “manufacturer trained” on the system being tested. The Contractor shall have a fully equipped and trained staff consisting at a minimum of National Institute for Certification Engineering Technology (NICET) Level II certified technicians. Location: Federal Aviation Administration Mineta San Jose International Airport, Air Traffic Control Tower 275 Martin Avenue Santa Clara, CA 95050 NAICS Code: 561621, Security Systems Services (except Locksmiths), $25M Responses to this market survey: If your company is interested and can demonstrate capability and responsibility to deliver the service above, we encourage you to respond to this announcement. Please provide the following in your response: - Company, name, address, phone and email address, and point of contact. - Company UEI number and verification of active registration in the System for Award Management (SAM). - Company's business size (small or large), including small business status if applicable (Service-Disabled veteran owned, Woman Owned Small Business). If claiming small business status, the information must be verifiable in SAM and SBA.gov. - A summary of your company's technical expertise for this service. Statements of your firm's expertise should include reference to relevant contracts performed (including a description of the scope, contract number and point of contact with phone number). - A summary of your company's delivery capability and ti…
Classification
Place of Performance
Contracting Office
Contacts