Seattle TRACON/ATCT Mechanical Upgrades
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: Sources Sought (Original)
- Original Published Date: Feb 07, 2024 10:06 am EST
- Original Response Date: Feb 16, 2024 12:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 02, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1BA - MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS
- NAICS Code:
- 238220 - Plumbing, Heating, and Air-Conditioning Contractors
- Place of Performance: Burien , WA 98148USA
Description
The Federal Aviation Administration (FAA) has a requirement for Major Mechanical Upgrades at the Seattle Airport Traffic Control Tower (SEA ATCT) and Seattle Terminal Radar Approach Control (S46 TRACON). The location of the ATCT and TRACON is at the Seattle International Airport, Burien and SeaTac Washington. This Market Survey will be used to determine if there is adequate competition to set the requirement aside for Small Disadvantaged Businesses, Small Businesses, or 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.
This is not a Screening Information Request or Request for Proposals of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the Market survey; and any costs associated with the market survey submittal are solely at the interested vendor’s expense.
SCOPE OF WORK
The contractor will be required to provide all labor, material, supplies, equipment, supervision, and transportation to perform the work in accordance with specifications and drawings. A summary of the work is detailed in the attached Statement of Work.
1. The North American Industry Classification System (NAICS) is 238220, Plumbing, Heating and Air Conditioning Contractors.
2. The project magnitude is between $5,000,000 and $10,000,000.
3. A Site Visit will be provided. The date, time, location, and point of contact will be provided with the solicitation package, when it is issued.
4. The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees.
5. Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register a www.sam.gov
RESPONSE TO THIS MARKET SURVEY
To assist with acquisition strategy development and to gain a better understanding of the current marketplace, the FAA requests a capability statement from interested vendors that includes the following information:
A. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract)
B. Address
C. Point of Contact name, email address and telephone number
D. Business size classification (Small Disadvantaged Business; Small Business; Large Business)
E. Unique Entity Identifier (UEI) Number assigned by SAM.gov
F. Bonding Capability
G. Relevant experience on projects of similar size ($5M or more) and complexity (upgrading a facility’s mechanical systems) within the last five years where the company served as the prime contractor. Provide specific contract numbers, contact names, addresses and email information to support claimed capabilities.
H. Number of years in business
Please submit responses to the market survey by 12 Noon ET on February 16,2024..
All response submittals, including attachments, must be submitted electronically to the following email address: kimberly.burt@faa.gov
Only electronic submissions will be accepted. No telephone requests or questions will be accepted. Since this not a Screening Information Request or Request for Proposal, no results will be issued to the responding firms. If a solicitation is issued, it will be announced on SAM.gov at a future date.
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
- FORT WORTH , TX 76177
- USA
Primary Point of Contact
- Kimberly Burt
- Kimberly.Burt@faa.gov
Secondary Point of Contact
- STEVIE TABB
- STEVIE.CTR.TABB@FAA.GOV
History
- Mar 02, 2024 11:55 pm ESTSources Sought (Original)