SOLICITATION NOTICE
38 -- Market Survey Capability Assessment for the Procurement of Three Boom Lifts
- Notice Date
- 6/18/2025 12:48:26 PM
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- 692M15 ACQUISITION & GRANTS, AAQ600 ATLANTIC CITY NJ 08405 USA
- ZIP Code
- 08405
- Solicitation Number
- CT2500607A1
- Response Due
- 6/30/2025 9:00:00 AM
- Archive Date
- 07/15/2025
- Point of Contact
- Andy Montesinos, Harry Lutz
- E-Mail Address
-
Andy.E.Montesinos@faa.gov, harry.lutz@faa.gov
(Andy.E.Montesinos@faa.gov, harry.lutz@faa.gov)
- Description
- Introduction/Purpose The Federal Aviation Administration�s (FAA) Airport Emerging Technologies Research and Development (R&D) Section (ANG-E263) has a requirement for three (3) boom lifts to support equipment deployment for the FAA�s Unmanned Aircraft Systems (UAS) Detection and Mitigation research program. These lifts will be used to elevate equipment to the highest elevation possible for line-of-sight and clearance above obstacles to maximize the performance assessment of the equipment. Lifts will be critical to ensuring CUAS equipment is secured, stable, and safe to operate to accomplish program objectives. These boom lifts are required at the William J. Hughes Technical Center located in Atlantic City, New Jersey. Nature of Competition The acquisition strategy for the procurement has not been determined at this time. 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 Request for Offers for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for eligible Socially and Economically Disadvantaged Businesses certified by the SBA for participation in the SBA's 8(a) program, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) small businesses, Small Disadvantaged Businesses (SDB), SBA certified Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), or Small Business concerns; or unrestricted competition; or justification of single source. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. Standard Language Interested entities are reminded that � This is not a screening Information Request (SIR), Request for Proposal, or Request for Offer of any kind; The 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 this submission request; and Any costs associated with this request is solely at the interested vendor�s expense. The FAA reserves the right to reject, in whole or in part, any input as a result of this market survey. Respondents will not be notified of the results of this market survey or results of information submitted; and Any confidential or proprietary information submitted in response to this market survey must be market accordingly by vendor. Such information will not be disclosed outside of the acquisition team. North American Industry Classification System (NAICS) Code The NAICS code for this requirement is 333923 (Overhead Traveling Crane, Hoist and Monorail System Manufacturing) with a size standard of 1,250 Employees. Submissions Requirements Interested entities are requested to submit the following: Capability Statement: Submit a summary of your company�s capability in meeting the FAA�s requirement outlined in the attached FAA Technical Specifications Sheet. Responses MUST demonstrate that any interested entity can meet or exceed ALL of the Exact specifications listed in the attached FAA Technical Specifications sheet. Responses for alternative products or any product that does not clearly meet the Government defined minimum specifications will not be considered. Respondents must indicate their size status and provide supporting documentation of 8(a) program, SDVOSB, HUBZone, SDB, WOSB, or EDWOSB status, if applicable. Respondents must indicate if they can satisfy this requirement utilizing an existing contract vehicle (i.e. GSA, NASA SEWP). If so, please provide contract information and appropriate point of contact. The total page limitation for the Capability Statement is two pages � font size 12, one-inch margins, single-spaced. Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the respondent. Any restrictions imposed by respondent on the use or disclosure of the submission content must be clearly marked on the title pages and the individual pages, as necessary. Such information will not be disclosed outside of the acquisition team. Response Requirements Interested contractors must submit their response to this market survey electronically to the Primary Point of Contact (POC) at Andy.E.Montesinos@faa.gov AND the Secondary POC at Harry.Lutz@faa.gov. Responses must be received no later than 12:00 PM (EST) on June 30, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/86bc79fe6d054f259d76e3a60cadee50/view)
- Place of Performance
- Address: Atlantic City, NJ 08405, USA
- Zip Code: 08405
- Country: USA
- Zip Code: 08405
- Record
- SN07482857-F 20250620/250618230336 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |