Introduction/Purpose
The Federal Aviation Administration’s (FAA) Facilities Operations Branch (ANG-E33) has a requirement for the repair and rebuild of the FAA owned Monarch Model 61, series 16.5 x 54” CD Engine Lathe (Serial No. 43639) to OEM specifications. The lathe is non-operational and required to complete mission critical tasks in support of 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 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard of $12,000,000 annual revenue.
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 details outlined in the attached FAA Statement of Work. Responses MUST demonstrate that any interested entity can meet or exceed ALL of the Exact requirement details outlined in the attached FAA Statement of Work.
- Responses for alternative products or any product that does not clearly meet the Government defined requirements 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 Paul.R.Rosengrant@faa.gov AND the Secondary POC at Andy.E.Montesinos@faa.gov. Responses must be received no later than 11:59 PM (EST) on July 18, 2025.