Sources Sought – Fire Life & Safety System Maintenance, Testing, and Inspection
ID: RFI-FY25-0001-FireLifeSafetyType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)
Timeline
    Description

    The Federal Aviation Administration (FAA) is conducting market research to identify small business vendors capable of providing Fire Life & Safety System Maintenance, Testing, and Inspection services at various facilities in the Denver Metropolitan area, including the Denver Air Traffic Control Tower and the Rocky Mountain Metropolitan Air Traffic Control Tower. The FAA requires these services to ensure compliance with NFPA 72 and FAA Order JO 6930.1B, which mandate regular inspections and testing at their facilities. Interested vendors are encouraged to submit their company information, including business classification and service areas, to Jennifer J. Davis at jennifer.j.davis@faa.gov, as responding to this Sources Sought notice does not guarantee a contract but will aid in assessing available small business classifications for these services.

    Point(s) of Contact
    Jennifer J Davis
    jennifer.j.davis@faa.gov
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Fire Maintenance Services at Multiple locations within the Indianapolis District
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations: the Columbus Air Traffic Control Tower, the Indianapolis Air Traffic Control Tower, and the Indianapolis Air Route Traffic Control Center. The procurement aims to ensure compliance with National Fire Protection Association standards through comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, thereby enhancing safety at these aviation facilities. The contract will span a base year with four optional renewal years, commencing on December 1, 2024, and concluding on September 30, 2029, with proposals due by November 1, 2024, at 5:00 PM CST. Interested contractors should direct inquiries to Randie Thornton at randie.n.thornton@faa.gov and are encouraged to attend optional site visits scheduled for late August 2024.
    Amendment 0003: Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for a door replacement project at the Denver Air Route Traffic Control Center (ARTCC) located in Longmont, Colorado. The project involves replacing 75 interior doors, including hardware sets, key cores, and associated equipment, with an estimated contract value between $750,000 and $1 million. This procurement is set aside for small businesses under NAICS code 236220, emphasizing the importance of compliance with federal regulations and safety standards in a critical operational environment. Interested contractors must submit their offers by 5:00 PM Mountain Time on October 10, 2024, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or by phone at 206-231-3026.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. The project aims to enhance existing safety systems to comply with federal safety standards, including the installation of a new fire alarm system, upgrades to fire suppression systems, and installation of fire-rated doors. This initiative is crucial for maintaining operational integrity and safety at the airport, with an estimated construction budget between $500,000 and $1,000,000. Interested contractors must submit their offers by September 18, 2024, following a mandatory site visit on September 4, 2024, and can direct inquiries to Mark Salum at mark.salum@faa.gov or by phone at 206-231-3016.
    Market Research: Airport Safety Standards, Operations, and Planning and Research and Development (R&D) support
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors to provide Airport Safety Standards, Operations, and Planning, along with Research and Development (R&D) support through a market research initiative. The procurement aims to enhance airport safety, capacity, and efficiency by addressing key areas such as airport safety certification, operations management, and the integration of new technologies amidst increasing air traffic and environmental challenges. Interested vendors must submit a Capability Statement, demonstrating their ability to meet the requirements outlined in the Draft Statement of Work, by 3:00 PM EST on November 20, 2024, to Joseph Szwec at Joseph.S.Szwec@faa.gov. The NAICS code for this opportunity is 541330, and the size standard is $25.5 million.
    Janitorial Services for various locations in the Houston District across South Texas.
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for janitorial services across multiple locations in the Houston District of South Texas, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract encompasses a firm-fixed price procurement for essential cleaning services at seven FAA facilities, including air traffic control towers and administrative offices, with a performance period starting February 1, 2025, and extending through January 31, 2026, along with four optional extension years. This procurement is vital for maintaining operational cleanliness and safety standards within FAA facilities, ensuring compliance with federal regulations and labor standards. Interested contractors should review the solicitation documents and submit their proposals by the specified deadlines, with inquiries directed to Valentin Saucedo at valentin.ctr.saucedo@faa.gov.
    Janitorial Services for Multiple FAA Jacksonville District Florida Facilities
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to provide janitorial services for multiple facilities within the Jacksonville District in Florida. This procurement is a firm-fixed price contract set aside for 8(a) certified small disadvantaged businesses, with a performance period of five years, including a base year and four option years. The services are crucial for maintaining cleanliness and operational efficiency at FAA facilities, ensuring compliance with safety and quality standards. Interested parties must register for site visits scheduled between October 24 and November 1, 2024, submit questions by November 4, 2024, and proposals by November 21, 2024, with the contract expected to be awarded shortly thereafter. For further inquiries, contact Patricia Mogck at patricia.mogck@faa.gov or Matina Jackson at Matina.L.Jackson@faa.gov.
    Market Survey: FAA, William J. Hughes for Advanced Aerospace Grounds Maintenance and Snow Removal Services
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify vendors for advanced grounds maintenance and snow removal services at the William J. Hughes Technical Center in Atlantic City, New Jersey. The procurement involves the upkeep of approximately 5,000 acres, including roads, sidewalks, aircraft ramps, and parking areas, with an anticipated contract duration of five years. This initiative is critical for maintaining operational continuity during inclement weather, and the FAA encourages submissions from socially and economically disadvantaged businesses. Interested vendors must submit their Capability Statements by October 31, 2024, detailing their relevant experience and operational readiness, with all inquiries directed to Kenneth Hitchens at ken.hitchens@faa.gov or by phone at 609-485-6125.
    FAA Power Systems Design and Install Services (PSDI)II
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified vendors to provide design, installation, and support services for electrical power systems under the Power Systems Design and Install Services (PSDI) II contract. This procurement aims to enhance and replace existing power systems across various FAA facilities, including the installation of engine generators, fuel systems, uninterruptible power supplies, and other critical electrical components, ensuring compliance with FAA regulations and safety standards. The anticipated contract will be a ten-year Indefinite Delivery/Indefinite Quantity (IDIQ) type, with a four-year base period and two three-year option periods, and interested vendors must submit their capability statements by 2:00 PM CST on November 1, 2024, to the designated FAA contacts, Stefanie Wiles and Jennifer Perry.
    MARKET SURVEY: Overhaul and repair of Rotary Couplers
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential contractors for the overhaul and repair of Rotary Couplers used in various radar systems critical to air traffic control. The FAA requires these services for multiple National Stock Numbers (NSNs), with annual demands ranging from one to seven units per NSN, emphasizing the importance of quality and reliability due to the rotary couplers being single points of failure in radar systems. Interested vendors must demonstrate their capabilities in manufacturing, repairing, and testing rotary couplers, as well as provide proof of registration in the System for Award Management (SAM) and any relevant certifications. Responses to this market survey must be submitted by 2:00 p.m. CT on November 12, 2024, to Connie Houpt at connie.m.houpt@faa.gov.
    ***BIL FUNDED*** MARKET SURVEY TO REPLACE MULTIPLE HVAC UNITS AND REPAIR THE ROOF AT THE NORWOOD MEMORIAL AIRPORT (OWD) AIR TRAFFIC CONTROL TOWER (ATCT) FACILITY
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified sources for replacing multiple HVAC units and repairing the roof at the Norwood Memorial Airport Air Traffic Control Tower facility in Massachusetts. The project aims to install a new 7.5-ton packed rooftop HVAC unit, a packaged terminal air conditioner, and electric unit heaters, while ensuring minimal disruption to air traffic operations and compliance with safety and operational guidelines. The estimated project cost ranges from $260,000 to $355,000, with a completion period of 60 calendar days, and responses to the market survey are due by 4:00 p.m. Central Time on October 25, 2024. Interested vendors should submit their statements of interest and capabilities electronically to Stephen Branch at stephen.n.branch@faa.gov, marking documents as proprietary as necessary.