Skip to main content

An official website of the United States government

You have 2 new alerts

Screening Information Request (SIR) for Ontario Engineering Services (OES)

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jul 24, 2023 09:42 am EDT
  • Original Published Date: Jun 15, 2023 10:45 pm EDT
  • Updated Date Offers Due: Aug 15, 2023 04:00 pm EDT
  • Original Date Offers Due: Aug 15, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 22, 2023
  • Original Inactive Date: Sep 22, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5895 - MISCELLANEOUS COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:

Description

07/24/2023

Amendment 0002 to the OES SIR 693KA8-23-R-00004 is issued. See attached file "693KA8-23-R-00004_Amend_0002" and associated updated SIR sections. 

FAA responses to interested vendor questions received are provided at attached file "693KA8-23-R-00004 OES SIR QA Responses". 

07/11/2023

Amendment 0001 to the OES SIR 693KA8-23-R-00004 is issued. See attached file "693KA8-23-R-00004_Amend_0001" and associated updated files. This amendment adds Interim AMS Clause 3.6.4-26 to Section I of the OES SIR. NOTE: All SIR Sections with the exception of those listed in the file "693KA8-23-R-00004_Amend_0001" and uploaded with this amendment remain unchanged. 

06/15/2023

This is Screening Information Request (SIR) 693KA8-23-R-00004 issued in accordance with Federal Aviation Administration (FAA) Acquisition Management Policy 3.2.1.3.11. This is a small business set-aside procurement in accordance with AMS Procurement Guidance T3.6.1(A)(3) and AMS Procurement Guidance T3.2.2.3, Complex Source Selection.

Please note that the Acquisition Management System (AMS) applies to the FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions for Federal acquisition law. FAR references cited at sam.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance references in the AMS, available at: https://fast.faa.gov

This announcement is not to be construed as a ‘contract’ or a ‘commitment’ of any kind.

Notice to Offeror(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The FAA reserves the right to cancel this solicitation, either before or after the closing date. In the event the FAA cancels this solicitation, the FAA has no obligation to reimburse an offeror for any costs.

INTRODUCTION

The Air/Ground Voice Communications (AGVC) Program Office (PO) is responsible for Federal Aviation Administration (FAA) programs that support air/ground voice communications programs in the National Airspace System (NAS).  

This contract requirement includes communications rack fabrication, engineering, and Next Generation Air/Ground Communications (NEXCOM) field construction/installation support.  The types of facilities involved include, but are not limited to, Air Route Traffic Control Center (ARTCC), Remote Communications Air to Ground (RCAG), Back-Up Emergency Communications (BUEC), Automated Flight Service Stations (AFSS), Flight Service Stations (FSS), Remote Communications Outlets (RCO), Remote Transmitter/Receiver (RTR), Terminal Radar Approach Control (TRACON), Radar Approach Control (RAPCON), and Air Traffic Control Tower (ATCT).  The contractor will perform equipment installations at FAA specified sites. Rack fabrication work will be performed at the FAA’s Rack Fabrication Facility at the Ontario System Support Center (SSC) in Ontario, CA.  Additionally, this contract requirement supports major ACLS Fiber Optic Transmission Systems (FOTS) projects, ACLS site surveys, CFS projects, and other AGVC programs.

SCOPE OF WORK

The scope of this requirement involves a combination of program management, technical engineering, equipment fabrication, logistics, and installation services to provide voice communication capabilities at FAA specified facilities.  The tasks under AGVC for this contract fall within four basic areas of support:  (1) Program Management, (2) Property/Material Management, (3) Fabrication/Engineering, and (4) Construction/Installation Floating Crew Support.

ORGANIZATIONAL CONFLICT OF INTEREST

An OCI means that because of existing or planned activities, an offeror or contractor:

  1. Is unable or potentially unable to render impartial assistance to the agency; or
  2. Has an unfair competitive advantage; or
  3. The offeror or contractor's objectivity is or might be impaired.

Prospective offerors or current FAA contractors are encouraged to review FAA Procurement Guidance T3.1.7 Organizational Conflict of Interest, and become familiar with the following SIR clauses available at https://fast.faa.gov/contractclauses.cfm. 

3.1.7-1 Exclusion from Future Agency Contracts (July 2018)

3.1.7-2 Organizational Conflicts of Interest (July 2018)

3.1.7-4 Organizational Conflict of Interest - Mitigation Plan Required (October 2019)

3.1.7-5 Disclosure of Conflicts of Interest (July 2018)

3.1.7-6 Disclosure of Certain Employee Relationships (January 2019)

Both prospective offerors and current FAA contractors should be ready and capable of responding to OCI clauses related to the SIR.

The FAA is committed to working with potential vendors to identify, avoid, neutralize or mitigate actual or perceived OCI situations. Interested vendors are instructed to contact the Contracting Officer (CO) at the earliest possible time to evaluate whether any identified actual or potential conflicts of interest may be avoided or mitigated.

SIGNIFICANT MILESTONES

SIR Issuance - June 15, 2023

Submission of Questions (Section L.3.3) - July 07, 2023

Proposals Due (Section L.3.1) - Aug 15, 2023

Estimated Contract Award - July 2024

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