Agency: | TRANSPORTATION, DEPARTMENT OF |
---|---|
State: | New Jersey |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 25, 2024 |
Due: | Apr 19, 2024 |
Solicitation No: | 692M15-24-R-00009 |
Publication URL: | To access bid details, please log in. |
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).
(1) INTRODUCTION
This survey is being conducted in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Section 3.2.1.2.1 for the purpose of soliciting statements of interest and capabilities from interested vendors. All responses to this market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals at this time.
The FAA Center Operations Division (ANG-E) at the William J. Hughes Technical Center (WJHTC) is soliciting information from vendors to identify responsible, qualified, capable sources to operate air transportation services from the WJHTC at the Atlantic City International Airport FAA Ramp (ACY) to Ronald Reagan Washington National Airport (DCA) general aviation ramp in accordance with Attachment 1 – DRAFT Statement of Work.
This announcement is not intended to guarantee procurement of a service and will not be construed as a commitment by the Government to enter into a contract.
(2) 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 small businesses, 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). With that said, this Market Survey is intended to seek information from interested Offerors of all sizes and types. The acquisition strategy for the procurement has not been determined at this time. The determination for the level of competition will be based on the results of this market survey. The FAA may decide to do an unrestricted competition or a set-aside with a business type identified above. Potential sources are cautioned that no further announcements may be made if a competitive small business set-aside is deemed viable.
(3) SUBMITTAL REQUIREMENTS FOR MARKET SURVEY
In response to this market survey please provide a capability statement addressing the following:
Respondents must include point of contact information including name of company, contact name, telephone number, email address and mailing address. Respondents must also provide the firm’s business classification size. Capability statements should not exceed ten (10) pages in length.
(4) STANDARD LANGUAGE
(a) A price for this requirement is not being solicited at this time.
(b) All potential vendors must be registered in the System for Award Management website (https://sam.gov) for consideration of this award;
(c) Potential sources are cautioned that further public announcements may not be provided;
(d)This is not a Screening Information Request or Request for Proposals of any kind;
(e) The FAA is not seeking or accepting unsolicited proposals;
(f) The FAA will not pay for any information received or costs incurred in preparing the response to the market survey, and responses will not be returned;
(g) Any costs associated with the market survey submittal are solely at the interested respondent’s expense;
(h) The FAA reserves the right to reject, in whole or in part, any input as a result of this market survey;
(i) Respondents should note that the FAA reserves the right to communicate with one or more respondents at any time during the market survey and solicitation process.
(j) Questions and answers that clarify the details of this market survey may be provided to all respondents; however, the source of questions will not be identified.
(k) Respondents will not be notified of the results of this survey or results of information submitted; and
(l) Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the respondent. Such information will not be disclosed outside of the acquisition team.
(5) NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The principle North American Industry Classification System (NAICS) code for this effort is 481111, “Scheduled Passenger Air Transportation” with a size standard of 1,500 employees, maximum.
(6) DELIVERY OF SUBMITTALS
Questions about this announcement must be electronically submitted in writing to colleen.mcguire@faa.gov no later than NOON (EST) on April 5, 2024.
Interested respondents must respond to this announcement via email at colleen.mcguire@faa.gov by NOON (EST) on April 19, 2024.
Apr 19, 2024 | [Sources Sought (Updated)] MARKET SURVEY – Commercial Air Transportation Services at the FAA, William J. Hughes Technical Center, Atlantic City International Airport, New Jersey |
With GovernmentContracts, you can:
Follow FCI Fairton 2nd Qtr FY2024 Subsistence Active Contract Opportunity Notice ID 15B20424Q00000001
Federal Agency
Bid Due: 12/01/2024
Follow Notice of intent to restrict competition for repairs to Drift Collection Barge
Federal Agency
Bid Due: 12/22/2024
Follow Notice of Intent: Hocking Shipyard Caven Point Services Active Contract Opportunity Notice
Federal Agency
Bid Due: 1/08/2025
Follow 5999--561A4-24-2 Lyons Bldg.143 Emergency Generator Annunciator Panel Installation Active Contract Opportunity Notice
Federal Agency
Bid Due: 5/15/2024