SOURCES SOUGHT: Plumbing and Electrical Infrastructures – Hood River, OR

CONTRACT OPPORTUNITIES

Type of Notice: Sources Sought

Title: 12905B23SS0012 – Sources Sought for plumbing and electrical infrastructures

Description:

This is a Sources Sought notice Only.  This is NOT a solicitation for proposals, proposal abstracts, or quotations.  This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 238220.. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

ARS has purchased an autoclave and a nitrogen generator for its program in Hood River. The plumbing and electrical infrastructures must be updated to accommodate connection requirements for these two pieces of equipment.

  • For the autoclave, a hot water line shall be brought in from a nearby restroom, an electrical shutoff for the boiler must be installed at the autoclave, and three emergency stops must be installed (one at each of three nearby doors).
  • For the controlled-atmosphere storage system and nitrogen generator, two new 15 A circuits and two new 30 A circuits must be installed.

The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.

Capability Statement

All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.  Capability statements shall include the Contractors contact point to discuss their response.

The capability statement should include:

1)  Acknowledgement that they are able to provide the subject supplies/services being requested;

2) Interested vendors should identify their size standards in accordance with the Small Business Administration;

3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.;

4) Any other information considered relevant to this requirement; and

5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response.

Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work.  Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.  After review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received.

All responses to this Sources Sought Notice must be received by the notice’s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.

  • Original Set Aside: 
  • Product Service Code: K045 – MODIFICATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Ontario , OR 97914 USA

Full details via beta.sa.gov

AJ Wholesales Produce awarded $49M contract for fresh fruits and vegetables

AJ Wholesales Produce, Sheboygan, Wisconsin, has been awarded a maximum $49,971,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. Location of performance is Michigan, with a Dec. 20, 2025, ordering period end date. Using customers are Department of Agriculture schools and reservations. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-S759).

A. J. WHOLESALE PRODUCE INC. is an entity operating in Sheboygan, Wisconsin registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on October 16, 2001 with Unique Entity ID (UEI) #HJT3BVPHTWL4, activated on November 22, 2022, expiring on November 21, 2023, and the business was started on October 20, 1989. The registered business location is at 1804 Saemann Ave, Sheboygan, WI 53081-2344. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, 8W – Woman Owned Small Business, A2 – Woman Owned Business, HQ – DOT Certified DBE. The officers of the entity include Rosemarie Zingale T Zingale (PRESIDENT), Rosemarie T Zingale (PRESIDENT), Jane Mccoy, Rosmarie Zingale.(www.opengovus.com

SOURCES SOUGHT: Whiteriver Administration Office Building

The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses.

Interested firms are requested to reply to this announcement with a submittal as described below.  Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS.  Respondents will NOT be notified of the results of this notice.  No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.

Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.

SUMMARY OF SCOPE

The purpose of this project is for a contractor to construct a new 14,557 square foot single story, wood framed administration office building on the Whiteriver Indian Hospital campus in Whiteriver AZ.  The project has been designed by a professional A/E firm and construction documents will be available in any future solicitation.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $5,000,000 and $10,000,000.

The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals and Infirmaries and NAICS code 236220, Commercial and Institutional Building Construction with a size standard of $39.5 million.

RESPONSES – SUBMITTAL

Responses to this notice must be emailed to Kelly Britton at [email protected] and must be received no later than 2:00 pm MST, January 19, 2023.  Responses must include:

  1. Company Information: Company name, website, physical address, SAM UEI code
  2. Point of Contact: Contact name, phone number, and E-mail address
  3. If a solicitation is issued, will your firm/company be submitting a proposal?  Indicate Yes or No
  4. Type of Business: Native American-owned (IEE/ISBEE)** (see below), SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.
  5. Bond Capacity: Information on the firm’s bonding capability – specifically identify single and aggregate bonding capacities.
  6. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last seven (7) years that are similar to the work that will be required under this project. Firms shall include the following information:
    1. Indicate whether Prime Contractor or Subcontractor for each project submitted;
    2. Dates of construction for each project submitted;
    3. Contract value, location, completion date, and complexity of job for each project submitted;
    4. Indicate whether the project is a federal, state, tribal or other for each project submitted; and
    5. Project references/Agency point of contact (telephone number and email address) for each project submitted.

**For Indian owned businesses ONLY, the contractor shall complete and submit the following two (2) Attachments:

A. Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission.

B. Attachment 2: IEE Self-Performance Worksheet. Per the definition of an IEE (HHSAR 326.601), “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract”; therefore, IEEs shall demonstrate the ability to allocate at least 51% of the earnings to one or more Indians or Indian Tribal entities.

All information received in response to this source sought that is marked proprietary will be handled accordingly.

QUESTIONS:

Questions regarding this sources sought may be emailed to Kelly Britton at [email protected].

  • Original Set Aside: 
  • Product Service Code: Y1DA – CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Whiteriver , AZ 85941 USA

Full details via beta.sa.gov

The Boeing Co. awarded $35M contract for the Next Generation Automated Test System

The Boeing Co., St. Louis, Missouri, was awarded a $35,360,982 firm-fixed-price contract for the Next Generation Automated Test System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 21, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-23-D-0007).

BOEING COMPANY, THE (doing business as BOEING) is an entity operating in Saint Louis, Missouri registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on September 19, 2006 with Unique Entity ID (UEI) #622382401, activated on October 13, 2021, expiring on October 11, 2022, and the business was started on January 1, 1916. The registered business location is at 6200 James S Mcdonnell Blvd, Saint Louis, MO 63134-1939. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, MF – Manufacturer of Goods. The officers of the entity include Karen E Desalvo, Eric Wendle, Nancy J Cwiklowski. (www.opengovus.com

SOURCES SOUGHT: Procurement of IT Computer Servers

SOURCES SOUGHT NOTICE TEMPLATE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION FOR BIDS.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotations or proposals.  Submission of any information in response to this market survey is purely voluntary and will be used only for market research purposes to determine availability of sources, commerciality, and competitive strategy.  The government assumes no financial responsibility for any costs associated with any response to this notice as incurred by prospective contractors.

******************************************************************************

 

Project Title:  Procurement of IT Computer Servers

Tracking Number:  THC 23 ITServers

The Indian Health Service (IHS), Tohatchi Health Center, located at 07 Chooshgai Drive,  in Tohatchi, New Mexico 87328 is seeking capable sources to deliver high performance IT computer servers for data storage, network data management, devices and systems.

The anticipated delivery date is 120 days after award date.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334111 – Electronic Computer Manufacturing, with a small business size standard of 1,000 employees.  

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the requested documents identified in this notice.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

SUBMISSION INSTRUCTIONS:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) January 04, 2023, 1000 Hours MDT.

AT A MINIMUM, THE FOLLOWING INFORMATION MUST BE SUBMITTED TO THE POC LISTED IN THIS NOTICE:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 334111 – Electronic Computer Manufacturing
    1. If the proposed NAICS is not the customary or applicable NAICS relative to the needs description, include your firm’s proposed NAICS and rationale for the different NAICS.
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB
  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
  5. Provide firm’s UEI Number.
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Geralene Clark, Purchasing Agent

Tohatchi Health Center, Tohatchi, New Mexico

Email: [email protected]

Place of Performance:

Tohatchi Health Center

IT Department Services

07 Chooshgai Drive

Tohatchi, New Mexico  87325

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 7H20 – IT AND TELECOM – PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE)
  • NAICS Code: 334111 – Electronic Computer Manufacturing
  • Place of Performance: Tohatchi , NM 87325 USA

Full details via beta.sam.gov

154 – Veteran certified businesses are booming find out how to start for FREE in 2023 – Renona Brown and Raffa Gibbard

In this episode, Renona Brown and Raffa Gibbard discussed how veterans can get money for starting a business. That’s why I wanted to revisit this episode for those of you who missed out on this because there are a lot of veterans out here, but they specifically were in certain tracks that the government has that allows veterans to start their business and so we’re going to talk about that in this episode.

Renona Riddle Brown is the CEO and Founder of HuRMAR Solutions, a Service-Disabled Veteran-Owned and Woman-Owned Small Business. HuRMAR is a Human Resources, Administrative, and Business Consulting company delivering mission-focused and solutions-oriented services to the federal, state, and private industries. After retiring from the military, Renona continued her service for the federal government sector. She knew she had so much to offer to the world, and so it was fate that she discovered the self-employment track.

Raffa Gibbard is the CEO of Brave One Contract Agency. In the Army, She was a Project Manager on several multimillion dollar projects (roads, entry control points, barracks , airfield runways and ranges in Kuwait. With Brave One Contract Agency her crews are vetted with the Department of Veterans Affairs, the Department of Interior, and the Department of Transportation. All employees have OSHA 10 certifications and supervisors have OSHA 30.

Stay tuned for this episode and let’s welcome our Govcon Giants, Renona Brown and Raffa Gibbard.

Links from the episode:

Raffa Gibbard Linkedin: https://www.linkedin.com/in/raffa-gibbard-846371102/  

Corporate Linkedin: https://www.linkedin.com/company/brave-one-contract-agency/ 

Website: https://www.braveone.net/ 

Email Address: [email protected] 

Telephone number: 828-406-7498

 

Renona Riddle Brown: https://www.linkedin.com/in/reownyourlife/ 

Website: https://www.hurmarsolutions.com/ 

Email: [email protected]   

Telephone: 410-961-8594

Fax: 443 283 4212

Lockheed Martin awarded $95M contract for the Modernized Target Acquisition Designation Sight/Pilot Night Vision System

Lockheed Martin, Orlando, Florida, was awarded a $95,803,289 firm-fixed-price contract for the Modernized Target Acquisition Designation Sight/Pilot Night Vision System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2027. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-F-0149).

LOCKHEED MARTIN CORPORATION (doing business as LOCKHEED MARTIN) is an entity operating in Orlando, Florida registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on April 4, 2011 with Unique Entity ID (UEI) #NARDZKFS4NJ7, activated on March 18, 2022, expiring on April 16, 2023, and the business was started on August 29, 1994. The registered business location is at 5600 W Sand Lake Rd, Orlando, FL 32819-8907. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization. The officers of the entity include Sandra Hutchins, Lauren A Douglass, Brian E Bernardo, James M Sharp. (www.opengovus.com

SOURCES SOUGHT: Emergency Medical Services (EMS)

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable.

The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Instructions for submission are outlined below.

DEFINITIONS

INDIAN ECONOMIC ENTERPRISE (IEE):

Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:

  • The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;
  • The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and
  • The management and daily business operations must be controlled by one or more individuals who are Indians

DESCRIPTION OF REQUIREMENT

Emergency Medical Services (EMS)

Seeking 2 (FTE) schedules to be covered by either

  • Emergency Medical Technician (EMT)
  • Paramedic

NAICS:

621910 – Ambulance Services

Size Standard:  $20.0 million

Duration:

One (1) Year with Four (4) Optional Years

Work Schedule:

The Contractor EMS provider will be scheduled to work 12-hour shifts, typically followed by a 12-hour period of on-call status.  Shifts may be:

  • day-shift (0700 – 1900)
  • night shift (1900 – 0700),
  • or a scheduled mid-day shift.

The contractor EMS provider will be scheduled for at least 36 hours during the first week and approximately 48 hours during week 2 of each 14 day scheduled tour of duty.

Unique Requirements:

Unrestricted Montana Emergency Medical Technician License for EMTs

Unrestricted Montana Paramedic License

INSTRUCTIONS TO INDUSTRY

ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company’s capability, experience, and ability to provide EMS as supported by below:

Your Response Shall Include, but not limited to:

  • Number of years of experience in providing Medical Staffing
  • List of past jobs/contracts of placing EMS staff
  • The abilities your company possesses for recruiting/finding medical staff
  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement: NAICS 621910 as 100% set-aside for Indian Small Business Economic Enterprises.

If you are interested in this contracting opportunity, please respond by email to: [email protected]

Submit the capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line. Sources Sought Notice ID: SS-75H709-FB23Q-001. Valid responses received to this notice will assist in determining the acquisition strategy of the requirement.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Q999 – MEDICAL- OTHER
  • NAICS Code: 621910 – Ambulance Services
  • Place of Performance: Harlem , MT 59526 USA

Full details via beta.sam.gov

Ernst and Young LLP awarded a labor-hour contract of $20M for financial statement audit services

Ernst and Young LLP, New York, New York, has been awarded a labor-hour contract option with a maximum value of $20,484,705 for financial statement audit services for the Defense Logistics Agency (DLA). Work will be performed in various locations including DLA headquarters in Fairfax, Virginia, as well as other federal locations in Virginia and Ohio, with an expected completion date of Dec. 31, 2023. This contract is the result of a competitive acquisition for which two quotes were received. This modification brings the total cumulative face value of the contract to $59,641,603 from $39,156,898. Fiscal 2023 defense-wide operation and maintenance funds; and defense-wide working capital funds in the amount of $20,484,705 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-21-F-0010).

ERNST & YOUNG LLP (doing business as EY) is an entity operating in Tysons, Virginia registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on September 24, 2020 with Unique Entity ID (UEI) #P9HXXBFD1B31, activated on July 14, 2022, expiring on July 13, 2023, and the business was started on January 1, 1994. The registered business location is at 1775 Tysons Blvd, Tysons, VA 22102-4284. The current status is Active. The entity structure is 2K – Partnership or Limited Liability Partnership. The business types are 2X – For Profit Organization. The officers of the entity include David Lewandoski. (www.opengovus.com

SOURCES SOUGHT: Software Solutions Delivery for the Office of Information Technology (AIT)

Market Survey Response Instructions

FAA Software Solutions Delivery Support for AIT Solution Delivery Service (ADE)

1.  Introduction/Purpose

This announcement is a Market Survey. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). Further, the Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any costs associated with the market survey submittal is solely at the interested vendor’s expense. Please read the entire Market Survey carefully.

This Market Survey is issued to solicit statements of interest and capabilities from interested business concerns for the FAA Information and Technology Services (AIT) Solutions Delivery Support project.

This Market Survey does not guarantee that a solicitation or procurement of any kind will be issued, and it should not be construed as a commitment by the Government to enter into a contract. If a solicitation is issued, it will be announced on the Government’s Contract Opportunities web page at SAM.gov. Any interested party should monitor this site for the release of any such solicitation.  Respondents to this Market Survey are referred to herein as “you”, “Vendor”, or “Vendors”.

The acquisition strategy for the procurement has not been determined at this time. The purpose of this market survey is to help inform the FAA on the competitive marketplace for these services and to refine the FAA’s requirements.  No notification about the outcome of this Market Survey will be released except as deemed appropriate, at the FAA’s sole discretion.

2.  Background

The Solutions Delivery (ADE) Service provides technical expertise and develops innovative products and services to solve complex challenges facing AIT’s business partners. This includes a wide range of activities such as quality management and testing, technology standards and roadmaps, enterprise collaboration and middleware services, server-less computing, enterprise authentication, database administration, and streamlined and efficient development using Agile and DevSecOps. ADE is committed to designing new and innovative ways to leverage the FAA cloud and work closely with Business Partners in areas such as collaboration, mobility, and citizen development.

For this effort, the contractor must provide a variety of current and future IT operational support services to AIT. This includes, but not limited to:

24 x 7 daily operation and sustainment of operational non-National Aerospace (non-NAS) systems;

Application and system development based on operational technologies;

Implement and manage Enterprise Services such as Identity Access Management (MyAccess), Enterprise Document Management, and SharePoint Online (KSN); and

Support of routine AIT functions and requirements.

In addition to the above, AIT requires the contractor to provide the following support:

Contract Task and Administration and Program Management Support

Software Applications Development and Maintenance Support

Enterprise Platform Services

Intelligence Automation Support

Security Certification and Accreditation Support

The attached draft Statement of Work (SOW) provides additional details on the scope of work relevant to this request.

3. North American Industry Classification System (NAICS) Code

The FAA has identified North American Industry Classification System (NAICS) Code 541519 Other Computer Related Services for this requirement.

4.  Submittal Requirements for Market Survey

Responses to this sources sought must include the following information:

General information of your company name, address, contact person name, phone number, fax number, email address(s) and DUNS number and company website if available.

Type of business such as 8(a), small business, Hub Zone small business, Small Disadvantaged Business, woman-owned, Service Disabled Veteran Owned small business, Veteran owned small business or large business.

Capability Statement – This document should address your firm’s technical capability to provide the services described in the attached Draft Statement of Work (SOW). This response should also include answers to the questions listed below. (Limited to 10 pages.)

Expected programmatic approach (in-house, teaming, subcontracting, etc.). If respondent is an eligible 8(a) certified business or other small business, provide a strategy in terms of percentage of work to be completed by the 8(a) or small business respondent. (Limited to 2 pages.)

A list of all teaming partners with a description of each partner’s responsibility. (Limited to 1 page.)

List of Questions:

For each of the questions below please provide at least one project experience example, indicating number of systems and environment (on prem/Cloud) where services were provided, if applicable, during a Fiscal Year (FY), and include the following information:

Name of project.

Contract number.

Entity for which the work was performed.

Brief description of the project.

Start and end dates of the project.

List of publications.

Name, specific organization, address, title, and phone number of principal contact of entity for which the work was performed.

Question 1) What experience does your company have implementing and maintaining authentication technologies such as Privileged Access Management (PAM), Identity Lifecycle Management, Private Key Infrastructure (PKI), Secrets Management, and Hardware Security Modules at an enterprise level?

Question 2)  What experience does your company have with Artificial Intelligence (AI) and machine learning? Specifically, generating AI-based code into development projects and incorporating AI automation into development and processes to support mission critical needs.

Question 3)  What experience does your company have with Server-less Architecture? Specifically with AWS Lambda, Kubernetes, automated build pipeline, infrastructure as a code, 12 factors, DevSecOps and integration with legacy portfolios.

5.  Delivery of Submittals

Interested vendors can submit questions to the Contracting Officer prior to market survey response submissions.  Questions are due from interested vendors by 12:00 PM ET on or before 10 January 2023.  All responses to this market survey must be submitted electronically via email to [email protected] no later than 2:00 PM ET on or before 18 January 2023.

6.  Other Information

The FAA may request that one, some, all, or none of the respondents to this Market Survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA.

A vendor’s failure to respond to this Market Survey will not exclude a vendor from any future competition. Any information provided under this Market Survey is for informational purposes only and will not be released to the public except as required under the Freedom of Information Act or any other applicable law, regulation and/or policy. Any proprietary information submitted must be conspicuously marked as proprietary. The Government, to the extent permitted by law and regulation, will safeguard and treat information obtained pursuant to the vendor’s disclosure as confidential where the information has been marked ‘confidential’ or ‘proprietary’ by the company. The Government may transfer documents provided by the vendor to any department or agency within the Executive Branch if the information relates to matters within the organization’s jurisdiction.

  • Original Set Aside: 
  • Product Service Code: R425 – SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code: 541519 – Other Computer Related Services
  • Place of Performance: 

Full details via beta.sam.gov