Search Contract Opportunities

Air Route Surveillance Radar 4

ID: 6973GH-25-MS-00536 • Type: Sources Sought

Description

The Federal Aviation Administration (FAA) has a requirement to upgrade the fall protection on the Air Route Surveillance Radar-4 (ARSR-4). The current ladder and ladder safety systems (LSS) on the back of the ARSR-4 are no longer compliant with Environmental Occupational Safety and Health (EOSH) Services requirements. Requirements for the manufacturing of the fall protection system needed for the ARSRs, referred to as kits, are specified in the attached Statement of Work.

This requirement is 100% set-aside for competition among small businesses.

The North American Industry Classification System (NAICS) codes and size standards for this effort is NAICS 332312 Fabricated Structural Metal Manufacturing, 500 is the size standard.

The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. 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.

The purpose of this market survey is to solicit statements of interest and capabilities from all small businesses capable of providing the specified equipment.

The FAA intends to review all response submittals.

To make this determination the FAA requires the following from interested vendors:

Capability Statement:

    • Clearly demonstrate that the interested vendor is qualified and capable of providing the required equipment,
    • Identify type of goods and/or services provided by your firm,
    • Identify size and type of equipment and services provided by previous contracts (elaborate and provide detailed information and past performance).

MANDATORY REQUIREMENTS FOR RESPONSE TO MARKET SURVEY:

In order to be considered responsive, organizations expressing interest in this matter must provide the following:

a. Capability Statement (as defined above)

b. Response shall provide a point of contact name, phone number and email for questions.

c. *Proof of Entity Registration in the System for Award Management (https://SAM.gov)

d. 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.

Please respond by submitting complete capability statement by email to:

Federal Aviation Administration

ATTN: Haylee Hildebrand

Email: haylee.p.hildebrand@faa.gov

All responses to this market survey must be received by February 14, 2025, 2:00 pm CT marked as 6973GH-25-MS-00536 ARSR-4 Ladder Kits Market Survey response .

"This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women- owned concerns to acquire short- term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169."

Background
The Federal Aviation Administration (FAA) has a requirement to upgrade the fall protection on the Air Route Surveillance Radar-4 (ARSR-4). The current ladder and ladder safety systems (LSS) are no longer compliant with Environmental Occupational Safety and Health (EOSH) Services requirements.

The FAA's AJW-L500 Product Services Group is tasked with replacing existing non-compliant ARSR-4 ladders and LSS with new EOSH approved fall protection systems to reduce the risk of falls during maintenance activities.

Work Details
The contractor will manufacture and deliver 17 complete ARSR-4 kits, which include:
1) Three new manufactured aluminum ladders with all necessary hardware;
2) New MSA Dyna-glide Notched Rail (PN 506270);
3) New MSA Gated Bottom End Stop Assembly (PN 506275);
4) New MSA Gated Top End Stop Assembly (PN 506274);
5) Two new aluminum platforms with guardrails;
6) New aluminum grating secured with McNichols GFS Fasteners;
7) An aluminum self-closing gate for both platforms;
8) All manufactured parts must be permanently engraved with corresponding part numbers;
9) DBI-SALA Anchor Point D-Rings; and
10) All aluminum must have a clear anodic finish.

The vendor is responsible for adhering to design criteria, codes, and standards as outlined in the Construction Drawings. Shipment of the kits will be to the Mike Monroney Aeronautical Center in Oklahoma City, spaced out over a period of 3 to 4 weeks, starting no later than two months after contract award.

Place of Performance
The kits will be shipped to the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City.

Overview

Response Deadline
Feb. 14, 2025, 3:00 p.m. EST Past Due
Posted
Feb. 4, 2025, 2:25 p.m. EST
Set Aside
None
Place of Performance
Oklahoma City, OK United States
Source
SAM

Current SBA Size Standard
500 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
$10,000,000 (value based on agency estimated range)
Odds of Award
28%
On 2/4/25 Acquisitions & Business Services issued Sources Sought 6973GH-25-MS-00536 for Air Route Surveillance Radar 4 due 2/14/25. The opportunity was issued full & open with NAICS 332312 and PSC Z1BB.
Primary Contact
Name
Haylee Hildebrand   Profile
Phone
None

Documents

Posted documents for Sources Sought 6973GH-25-MS-00536

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 6973GH-25-MS-00536

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 6973GH-25-MS-00536

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 6973GH-25-MS-00536

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS
FPDS Organization Code
6920-6973GH
Source Organization Code
500000011
Last Updated
Feb. 15, 2025
Last Updated By
haylee.p.hildebrand@faa.gov
Archive Date
Feb. 14, 2025