Details:

The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a Market Survey/Request for Information to improve the Government’s understanding of the current marketplace and to identify qualified and capable sources. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements in the attached description. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to develop the Source List to be used when the solicitation for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB) or Small Business, or open it up for full and open competition. Any interested sources may respond to this market survey. The information identified from this market survey may result in a restricted Screening Process when the RFP is issued. All decisions will be made based on the information provided by vendors responding to this market survey. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only.

The mission of the FAA’s Radar Product Division is to provide logistics support for all FAA ATC Radar systems as well as Radar systems within other Government agencies and internationally. Fulfillment of this requirement is an essential component of the Radar Product Division’s goal of upgrading the antenna test range.

This requirement is for all labor, materials, equipment, etc. necessary for the acquisition and delivery to the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City of a new RT540E Grove Crane. The capacity of the existing crane is inadequate and cannot fulfill the antenna test range’s evolving mission. The new crane will be able to safely lift new workload, such as ASR-11 antenna assemblies, which are much heavier than the current ASR-7, 8, or 9 antennas that are part of the current workload.

The minimum requirements for the new RT540E Grove Crane are as follows:

1. 32’ – 102’ Main Boom

2. 26’ – 45’ JIB

3. Hoist Package, Air Conditioning Package, Auxiliary Light Package, Convenience Package (LMI light bar), and Value Package (360 degree NYC swingback).

4. Battery Disconnect Switch

5. PAT Event Recorder

6. Diesel Engine

The FAA intends to award a one-time fixed-price contract to fulfill the above requirements.

The NAICS CODE for this requirement will be 532412, Construction, Mining, and Forestry Machinery Equipment Rental and Leasing, with a Small Business Size Standard of $7 Million.

Responses to this market survey may also be used to determine if there is adequate competition to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition.

All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor’s Market Survey/Request for Information submissions will be solely at the interested vendor’s expense.

All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://faaco.faa.gov (or by access through http://fast.faa.gov). Please note that documents downloaded from sites other than the FAA’s Contracting Opportunities Homepage may not be the latest documents. All FAA SIR amendments will also be shown on this site as “Amendment” when required. Vendors must access this site daily to determine if additional SIR amendments have been issued. Only vendors that respond with information packages providing the required information demonstrating that their firm meets the minimum requirements will be added to the Source List. The minimum requirements will remain the same for the issued SIR as contained in the requested information for this market survey.

RESPONSE TO THIS MARKET SURVEY:

Interested vendors should respond with the following:

1) Manufacturer’s name and model/part number.

2) Technical documentation.

3) Availability.

4) Provide a description of the terms and conditions of warranties and the processes and procedures (for each specific manufacturer and manufacturer’s part number).

5) Complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror’s program eligibility.

Contact:

Mary Skaggs, Contracting Officer,

E-mail mary.skaggs@faa.gov,

Te: (405) 954-7816

Fax: (405) 954-9219.