Tenders of Federal Aviation Administration Usa

Tenders of Federal Aviation Administration Usa

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
United States
International Organization For Standardization (iso) 9001, 14001, And 45001 Registrar Services
Closing Date16 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Energy, Oil and Gas
United States
Juneau/sitka Propane Related Equipment And Services Requirements Contract
Closing Date6 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Solid Waste Management
United States
Market Survey Assessment For Hazardous Waste Disposal Services At The Mike Monroney Aeronautical Center, Oklahoma City, Ok
Closing Date3 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Aerospace and Defence
United States
1. Introduction in Accordance With Federal Aviation Administration Acquisition Management System (ams) Policy 3.2.1.2.1 - This Announcement Is To Conduct A Market Survey For The Purpose Of Soliciting Statements Of Interest And Capabilities From Interested Vendors. This Is Not A Screening Information Request (sir) Or Request For Proposal (rfp). The Faa Is Not Seeking Or Accepting Unsolicited Proposals. this Announcement Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment Of Any Type By The Government. The Government Will Not Reimburse Any Costs Incurred By Vendors In Responding To This Notice. Any Costs Associated With This Market Survey Will Be The Sole Responsibility Of The Vendor. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. at This Time, The Nature Of The Competition Has Not Been Determined. This Market Survey Is Intended To Seek Information From Interested Vendors Of All Sizes And Types, Including Large Businesses. Both Large And Small Businesses Are Encouraged To Respond. the Faa May Request That One, Some, All, Or None Of The Respondents To This Sources Sought/rfi Provide Additional Information, And Vendor Participation In Any Information Session Is Not A Promise For Future Business With The Faa. 2. Background the Vsbp-3 Is An Electromechanical Device Installed In Airport Traffic Control Towers (atct) And Terminal Radar Approach Control (tracon) Facilities Throughout The National Airspace System (nas) And Department Of Defense (dod) Facilities. If A Loss Of Communications Happens The Atc Must Continue And Complete Exchanges With Pilots Including Changing Operator Positions Or Clearing The Airspace. The Vsbp-3 Is A Backup Communications System That Air Traffic Controllers (atc) Can Use To Stay In Communication With Pilots If There Is A Failure In The Primary Voice Switch Installed At Their Facility. 3. Purpose the Purpose Of This Rfi Is To Solicit Statements Of Interest From Businesses Capable Of Providing Production And Sustainment Services For The Faa’s Voice Switch By-pass (vsbp) System. in Some Instances, The Transition To Backup Communications Must Occur Within Seconds The Instant An Air Traffic Controller Recognizes A Loss Of A/g Connectivity. The Backup Communications System Must Be Accessible To And Electable By Individual Air Traffic Controllers. The Backup Communications System Will Provide Emergency Access To Radios In Several Common Configurations With The Capability To Switch Between Main Radios. When The Backup Communications System Is Selected, Position Audio Must Also Be Provided To The Facility Legal Recorder. the Faa Anticipates That The Following Will Be Covered As Part Of The Vsbp-3 Scope: production And Delivery Of Up To Fifty (50) New Vsbp Systems For Use In New Terminal Facilities Located Throughout The Continental United States (conus) And A Limited Number Of Oconus Facilities. logistics Support Including Diminishing Manufacturing Sources And Material Shortages (dmsms) Analysis For Over Three Hundred (300) Fielded Vsbp Systems. program Management configuration Management restoration Of Hardware And Software To Serviceable Condition, Covered Under A One-year Warranty contract Data Requirements List (cdrl) Updates To Include, But Not Limited To, A Quality System Plan (qsp) And A Configuration Management Plan (cmp). maintaining And Tracking Government Furnished Property (gfp) At The Contractor’s Facility. all Tasks Noted Above Shall Be In Accordance With The Attachments Listed In Section V Below. the Anticipated Period Of Performance Will Be 10 Years (3-year Base, Two 2-year Options, And 3 One-year Options). 4. Capability Statement interested Sources Should Respond To This Market Survey By Providing A General Capability Statement In Accordance With The Requirements Below: one (1) Page Letter Of Transmittal That Includes: name Of The Vendor/firm/corporation available Naics And Cage Code(s) business Size And Socioeconomic Status (to Include Whether The Company Qualifies As A Small Business Under The Naics Code Size Standard) point Of Contact (i.e. Name, Title, Telephone, Email) capabilities Statement (maximum Of 10 Pages Including The Cover Sheet) That Includes: description Of Similar And/or Related Services Currently Provided (or Provided Within The Past Five (5) Years) Of Any Experience Your Company Has In Deploying, Maintaining, And Sustaining A System In The Nas And/or In A System That Has Similar Complexities And Magnitude As The Nas. This Will Include: project Description (contract Or Subcontractor Number, As Applicable) dollar Value period Of Performance (pop) describe Your Approach And/or Technical Solution That Would Meet Faa’s Requirements, To Include Descriptions Or Data Sheets Of Your Current Product Offerings That Either Meet Or Could Be Modified To Meet The Requirements In The Technical Description. If Your Service And/or Product Needs Modification, Address The Magnitude Of The Modification In Equipment, Time And Effort. describe Your Ability To Manufacture And Deliver New Vsbp Systems To Up To Fifty (50) New Atc Facilities Over The Course Of The Five-year Contract Performance Period. illustrate Your Ability To Provide Technical Data In Manuals, Drawings, Bulletins, Specifications And Processes Which Will Allow Full Support Of The Systems. describe Your Ability To Produce Form, Fit And Function (3f) Compatible Components, Parts And Assemblies. illustrate Your Knowledge And Capability To Provide Integrated Logistics Resources To A Large Number Of Fielded Vsbp Systems Including Managing A Diminishing Manufacturing Sources And Material Shortages (dmsms) Program. demonstrate Engineering Expertise With An Understanding Of The Technologies And Architecture Of The Vsbp System. description Of The Capability In Maintaining A Replica System (test Bed) At A Facility (yours Or Others) For Resolving Technical Issues And/or Engineering Changes And/or Upgrades Without Disrupting An Operational System. Geographic Area(s) Where The Vendor/firm/corporation Can Provide Service(s). format Guidelines: page Size :8.5” X 11” Inches margins :1 Inch spacing: Single font: Times New Roman, 12 Point v: Attachments/links: attached To This Announcement Are The Following Documents: vsbp-3 Product Specification_6nov2024_draft vsbp-3 Section C Sow_v4_4nov2024
Closing Date7 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
United States
Bil Fire Life Safety At Phx Base Building And P50 Tracon
Closing Date4 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Alaskan Satellite Space Segment
Closing Date4 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Civil And Construction...+1Others
United States
Faa Replace Boilers At Nome Alaska
Closing Date10 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Zua Facility Carpeting Improvements "infrastructure Investment And Jobs Act"
Closing Date14 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
United States
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."
Closing Date14 Feb 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
United States
Iija Funded - Maf Atct Hvac Modernization
Closing Date27 Feb 2025
Tender AmountRefer Documents 
81-90 of 113 archived Tenders