Skip to main content

An official website of the United States government

You have 2 new alerts

Market Survey for Consolidated Fire System-ANC -17 sites: ANC ATCT, ANC ASR-11, (ANC ARTCC, ANC ARTCC Hazmat Bldg.), Merrill Field ATCT, Kenai ARSR, Kodiak ATCT, Middleton Island, Cordova FSS, Ketchikan FSS, Juneau AFSS, (King Salmon Housing, ATCT, Utility

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: Presolicitation (Original)
  • Original Published Date: Apr 06, 2023 05:09 pm PDT
  • Original Response Date: Apr 19, 2023 05:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    AK
    USA

Description

Market Survey for the Consolidated Fire System-ANC -17 sites: ANC ATCT, ANC ASR-11, (ANC ARTCC, ANC ARTCC Hazmat Bldg.), Merrill Field ATCT, Kenai ARSR, Kodiak ATCT, Middleton Island, Cordova FSS, Ketchikan FSS, Juneau AFSS, (King Salmon Housing, ATCT, Utility Bldg., Water Treatment), (Bethel ATCT, COMSERFAC, Housing, Warehouse, Water Treatment), Cold Bay Housing, McGrath COMFAC, Fairbanks ASR-11, Bettles FSS, Northway FSS.

The Federal Aviation Administration, Western Service Area, Northwest Mountain Region, is conducting a Market Survey to improve the Government's understanding of the current marketplace and to identify capable sources. Interested sources must respond with information to confirm evidence of their qualifications and capabilities.

Responses to this market survey will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)),Small Businesses,or full and open competition. This survey is being conducted inaccordance 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.

All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's Market Survey/Request for Information submissions will be solely at the interested vendor's expense.

GENERAL SCOPE OF WORK:

A general description of the Scope of Work under the proposed contract shall be that the Contractor mustprovide all labor, supplies, supervision, tools, materials, equipment, and transportation necessary to provide Fire Alarm Monitoring Services in accordance with this specification. Fire Maintenance Services to provide all requirements. Inspection and certification services are required for existing fire detection (FDS) and alarm systems (FAS), fire suppression systems, dry standpipe systems, and kitchen vent hoods. Systems and fire extinguishers are located in FAA Housing, administrative, shop, and utility buildings. All work shall be accomplished in accordance with the terms and conditions specified herein. The intended NAICS code is 561621 Security Systems Services (except Locksmiths). ( See the attached SOW).

RESPONSE TO THIS MARKET SURVEY:

Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked.Vendor participation in any informational session is not a promise of future business with the FAA.The Market Survey may or may not result in a solicitation for one contract.

Response submittals must include the following information:

  1. Name of company, including DBA name
  2. Address
  3. Phone
  4. Point of contact
  5. Email address
  6. Business size status: 8(a), Small Business, SDVOSB, VSB, etc.
  7. Verification of active registration in the contractor database, System for Award Management (SAM)

Please submit responses to the market survey by 5:00 PM, Pacific Time, on April 19, 2023.

Response submittals, including attachments, must be submitted electronically and received in the email inbox of: Angela.furukawa@faa.gov and Samandeep.ctr.sraon@FAA.gov by the due date and time stated above. If viewing this announcement from a source other than https://beta.sam.gov/ then using Chrome go to https://sam.gov/for the original.

Angela Furukawa - The Contracting Officer's physical address is: 2200 S, 216th Street, Des Moines, WA 98198

Contact Information

Contracting Office Address

  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 04, 2023 08:58 pm PDTPresolicitation (Original)