Security Systems Maintenance Request for Information
ID: 693KA8-25-SSMRFIType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 1:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 8:06 PM UTC
The Security Systems Maintenance (SSM) Draft Statement of Work outlines the requirements and responsibilities for contractors maintaining the Federal Aviation Administration's (FAA) physical security systems across various facilities. The document details the general requirements for corrective maintenance and replacement services, emphasizing provision of all necessary resources, such as labor, tools, and materials. Key sections include contractor staffing requirements, mandatory training protocols, safety management practices, call center operations, and detailed reporting obligations. Contractors are required to track service calls, manage maintenance schedules, and comply with safety regulations while ensuring timely responses, especially in critical facilities. Requirements for onsite training, fall protection, and compliance with both FAA and OSHA standards are critical. The document also mandates maintaining a well-stocked warehouse of spare parts and establishing a robust property management plan for government-furnished equipment. Overall, this SOW serves as a comprehensive framework to ensure systematic, quality-oriented maintenance and repair of FAA security systems to support national air traffic safety. The document plays a crucial role in the context of government contracting, guiding potential vendors in their responses to the FAA's RFP for security system maintenance services.
Apr 8, 2025, 8:06 PM UTC
The document is a Request for Information (RFI) from the FAA seeking support for Security System Maintenance (SSM) across approximately 631 facilities in the U.S. and internationally. It outlines the need for contractors to effectively manage logistical challenges posed by this geographic diversity. Key inquiries include expected technician response times, workforce qualifications for different security systems (such as access control and video management), and strategies for mitigating risks associated with third-party subcontracting, including communication delays and cost increases. Additionally, the document addresses the small business standard under NAICS code 561621 and solicits responses regarding the potential use of small business partners. Contractors are also asked to detail any additional resources, teaming arrangements, and the anticipated contributions of subcontractors. This RFI serves as a preliminary step in determining the capabilities and strategies of potential vendors to fulfill this maintenance contract effectively.
Apr 8, 2025, 8:06 PM UTC
The document associated with Notice ID 693KA8-25-SSMRFI pertains to the Request for Information (RFI) regarding the maintenance of security systems. It includes a section titled "Attachment 3 - Questions and Feedback," emphasizing the importance of stakeholder inquiries and feedback on the scope of work (SOW) referenced. The primary objective is to gather comprehensive input that can enhance the clarity and effectiveness of the SOW related to security systems maintenance. Key points focus on potential improvements or clarifications that respondents may suggest, which will ultimately inform the selection process for future contracts. The document reflects a proactive approach by the federal government to engage with industry experts to refine project requirements and ensure the successful maintenance of essential security systems across federal properties.
Apr 8, 2025, 8:06 PM UTC
The document outlines a comprehensive list of various facilities managed under different regions and their corresponding statuses within the Federal Aviation Administration (FAA). It categorizes facilities by type, including Airports Traffic Control Towers (ATCT), Regional Offices (RO), and Flight Standards District Offices (FSDO), detailing their ATO (Air Traffic Organization) status as either ATO or Non-ATO. Each entry includes the facility name, address, city, state, ZIP code, and a tier designation reflecting its operational importance. The purpose of the document is to provide an organized reference for government RFPs and grants relative to aviation infrastructure and support services. It serves as a critical resource for oversight and funding considerations, guiding future investments and developments within the aviation sector, thereby enhancing safety and efficiency in air traffic management across various geographical regions. This structured listing aids in logistical planning, coordination of aviation services, and maintaining compliance with federal regulatory requirements.
Apr 8, 2025, 8:06 PM UTC
The document presents a notice regarding Attachment J.3, which includes a map of regional specifications pertinent to the government's Request for Proposals (RFPs) and grant applications. It appears to delineate various geographic areas relevant to federal and state/local initiatives, likely serving as an essential reference for organizations seeking funding or partnership opportunities in specified regions. Understanding these regional boundaries is critical for applicants in aligning their proposals with funding opportunities and ensuring compliance with regional requirements. The document serves as a preliminary notification to stakeholders involved in the RFP process, emphasizing the significance of regional context in proposal submissions. Overall, it highlights the federal government's approach to structured grant administration and regional prioritization in funding initiatives.
Apr 8, 2025, 8:06 PM UTC
The document outlines various labor categories and roles sought for a federal maintenance contract, primarily focused on security systems. Key personnel include a Program Manager responsible for overseeing a large maintenance program, with stringent experience and educational requirements. Other critical roles highlight expertise in electronics, logistics, and administrative support—such as Senior Security Systems Engineer, Logistics Specialist, and Call Center Technician—each with specified experience, educational, and certification needs. Significant positions require a Bachelor's degree in relevant fields and various certifications like OSHA and PMP. Each labor category comes with detailed job descriptions and necessary qualifications, emphasizing technical proficiency in security systems maintenance and operations. The structure indicates a comprehensive approach to staffing for reliable performance of electronic security systems while adhering to government standards and contractual obligations. This document serves as a guideline for potential contractors to understand the expectations and qualifications necessary to successfully fulfill the needs outlined in the RFP for the federal government.
This document outlines the Contract Data Requirements List (CDRL) for RFI 693KA8-25-SSMRFI, specifying the deliverables and their required submission timelines following contract award. Key deliverables include meeting records due within 10 business days post-meeting, a final Property Management Plan due two weeks after contract award, and various reports (cost performance, man hours, and logistics) that are required monthly or quarterly. Additionally, personnel resumes, contractor rosters, equipment modifications, and risk management plans must be submitted within designated periods after award. The frequency of other submissions varies based on the specific requirement, ensuring timely updates on repairs, modifications, and quality assurance. This structured approach is essential for maintaining oversight and accountability within government contracts, facilitating effective project management and compliance with federal and state regulations. The document serves as a comprehensive guide for contractors to fulfill reporting obligations, assuring proper communication and project tracking throughout the contract lifecycle.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Market Survey-Central Service Area Contract Armed Security Officer Services
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Central Service Area (CSA), which includes states such as Illinois, Indiana, Kansas, Minnesota, New Mexico, Michigan, Ohio, and Texas. The FAA seeks to procure armed security services to protect its employees and facilities from various threats, including theft, terrorism, and unauthorized access, as part of its National Security Officer Services (NSOS) Program. The selected contractor will be responsible for implementing a Facility Security Management Program (FSMP), which includes monitoring access, responding to alarms, and conducting screenings, while adhering to strict operational protocols and maintaining high standards of professionalism. Interested parties must submit their past performance information and capability statements to the primary contact, Donald Sumner, via email by April 30, 2025, to be considered for this opportunity.
Market Survey-Northeast Service Area Contract Armed Security Officer Services
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Northeast Service Area, which includes New Hampshire, New York, New Jersey, Pennsylvania, and Virginia. The procurement aims to enhance the security of FAA employees and facilities by requiring contractors to provide armed security services, including visitor and vehicle screening, monitoring of alarms, and emergency responses, while adhering to strict operational and administrative protocols. Interested parties must submit their past performance information and capability statements by April 30, 2025, to Donald Sumner at Donald.C.Sumner@faa.gov, as the FAA evaluates the potential for future acquisitions based on the responses received.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
MARKET SURVEY/CAPABILITY ASSESSMENT for Hack The Box Software Licenses for the Federal Aviation Administration
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify sources capable of providing Hack The Box software licenses. This procurement aims to gather statements of interest and capabilities from various businesses, including small and 8(a) certified firms, to assess potential competition and determine the best acquisition strategy. The licenses are essential for enhancing training and cybersecurity capabilities within the FAA. Interested vendors must submit a capability statement and a rough order of magnitude estimate by 5:00 PM CDT on April 21, 2025, via email to Jennifer Lucas at jennifer.l.lucas@faa.gov, with "MARKET SURVEY RESPONSE: Hack The Box" in the subject line. All submissions should be marked as proprietary, and the FAA will not accept unsolicited proposals or cover any costs incurred in preparing responses.
COTS Tactical Air Navigation (TACAN) Antenna System
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for Commercial Off The Shelf (COTS) Tactical Air Navigation (TACAN) Antenna Systems. The FAA aims to replace obsolete antennas to ensure interoperability with existing TACAN ground transponder equipment, requiring electronically scanned antennas that can operate across the entire TACAN frequency band without modification. This procurement is critical for maintaining the functionality of the National Airspace System (NAS) and involves installation support across approximately 30-35 sites within 90 days of contract award. Interested vendors should submit their capability statements electronically by April 21, 2025, and can direct inquiries to Michael Jones at Michael.E.Jones01@faa.gov or Richard J. Simons at richard.j.simons@faa.gov.
The Annual Maintenance & Engineering Support for Aircraft Cabin Research & Safety Management Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide annual maintenance and engineering support for the Aircraft Cabin Research Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM) located in Oklahoma City, Oklahoma. The procurement aims to establish a five-year contract, beginning in June 2026, to ensure compliance with Original Equipment Manufacturer (OEM) specifications while delivering technical, engineering, and administrative assistance for the simulator's repair and maintenance. This facility plays a crucial role in advancing aircraft cabin safety through research and technological improvements, necessitating effective communication and collaboration with equipment manufacturers and governmental organizations. Interested parties must submit their responses to the Request for Information by 3:00 PM Central Time on April 21, 2025, and can direct inquiries to Kimberly Sites at kimberly.sites@faa.gov.
Market Survey: Graphics and Multimedia Production
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify qualified vendors for a Graphics and Multimedia Production contract at the William J. Hughes Technical Center in Atlantic City, New Jersey. The procurement aims to secure services that include artistic design, technical illustration, and multimedia content production, adhering to federal standards and FAA branding guidelines. These services are crucial for delivering high-quality visual information to various government clients, including the FAA and other Department of Transportation agencies. Interested companies must submit their capability statements and business classification size to the Contracting Officer, Jeffrey Young, at jeffrey.young@faa.gov by 4 PM (EST) on May 1, 2025, as part of the market survey process.
SOLICITATION: Overhaul and repair of Rotary Couplers
Buyer not available
The Department of Transportation's Federal Aviation Administration (FAA) is soliciting proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes a base year with four optional one-year periods for additional work. These rotary couplers are vital components in maintaining safety within the National Airspace System, as they represent a single point of failure for radar systems. Proposals are due by email by April 30, 2025, at 2:00 PM Central Time, and interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further information. All offerors must be registered in the System for Award Management (SAM) prior to award.
FAA Tower Simulation System Software - Enhancement Two
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to enhance its Tower Simulation System (TSS) software, aimed at improving air traffic controller training capabilities. The procurement focuses on developing, configuring, and managing simulation software that meets specific operational requirements, including the integration of realistic training scenarios and advanced audio-visual outputs. This initiative is critical for ensuring that air traffic controllers are trained effectively in a safe environment, reflecting real-world complexities in air traffic management. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.