Skip to main content

An official website of the United States government

You have 2 new alerts

Market Survey/RFI - FAA/CBP - RVSS-U Antenna Relocation Service, Point of Entry Farco Bluff, Brownsville, Tx

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: Jul 17, 2024 11:27 am CDT
  • Original Response Date: Jul 26, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Brownsville , TX 78520
    USA

Description

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACT SPECIALIST. CONTACT INFORMATION IS PROVIDED BELOW.

Procurement of Antenna Relocation Services of a Tower (Farco Bluff) near Brownsville, TX in Support of Customs and Border Protection (CBP) Remote Video Surveillance System Upgrade (RVSS-U)

The Federal Aviation Administration (FAA) requires antenna relocation services for a deployed fixed tower in the Brownsville, TX area in Support of Customs and Border Protection (CBP) Remote Video Surveillance System Upgrade (RVSS-U), as detailed in the draft Statement of Work and attachments.

The purpose of this market survey is to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This information will be used by the FAA in choosing the method and type of procurement competition to be used to fulfill this requirement. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA’s 8(a) Program.

Responses to this market survey will be used for informational purposes only.

North American Industry Classification System (NAICS) code 237130 - Power and Communication Line and Related Structures Construction, size standard $45M, applies to this requirement.

                          

The nature of the competition and procurement method that will be conducted for this requirement has not yet been determined. The FAA will review the responses to this Market Survey and will make acquisition planning decisions based on market survey responses and the FAA’s needs. The FAA may decide to conduct a full-and-open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA’s 8(a) Program.

In order to make this determination the FAA requires the following information from interested vendors in accordance with the attached documents herein:

  1. General Capability Statement - This document is limited to not more than six (6) pages, in Times New Roman, size 12 pt. font, and must identify:
  • Type of services provided by your firm;
  • Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance);
  • Number of years in business.
  1. Specific Capability Statement – ability to provide the antenna relocation services in accordance with the attached draft SOW.  Responses must also include if you currently hold a fully adjudicated Background Investigation (BI) through DHS / CBP and / or a current CBP badge holder.
  2. Response shall also provide a point of contact number and name (either by phone, email or both) for questions.
  3. *Proof of Entity Registration in the System for Award Management (https://SAM.gov)
  4. A copy of the vendor's SBA 8(a) Certification Letter, if applicable or Certification of SDVOSB eligibility, if applicable.

*Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) “By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.”

This is not a screening information request or request for proposal of any kind.  The FAA is not seeking or accepting proposals at this time. The responses will be used to develop the source list for this requirement. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey.  Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense.

All responses to this market survey must be received by Friday, July 26, 2:00 CST (Oklahoma Time). Please include “MARKET SURVEY RESPONSE: RVSS-U Antenna Relocation Services at Brownsville, TX” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted, as necessary.

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER. CONTACT INFORMATION IS PROVIDED BELOW.

All submittals should be submitted in electronic format (email) to:

Raymond Lena, Contracting Officer

Raymond.A.Lena@faa.gov

Contact Information

Contracting Office Address

  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Aug 10, 2024 10:55 pm CDTSources Sought (Original)