1. Introduction/Purpose
The Structures and Materials Laboratory (SML), located at the Federal Aviation Administration (FAA) William J. Hughes Technical Center (TC), was officially opened in December 2016 as a new home for advanced material and structural test capabilities. The intent for the lab, once fully operational, is to house multiple uniaxial test fixtures and space to conduct 1-3 full-scale aircraft structural component tests simultaneously on an integrated system. The identified onsite system integration support and training, as detailed in this statement of work (SOW), will provide for a fully functioning aerospace structural test fixture used for high-cycle applications. This capability will allow the FAA TC to execute research programs in support of FAA Aviation Safety (AVS) with their core mission functions of aircraft certification, continued airworthiness, rulemaking, policy and guidance development and training.
2. 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.
3. Standard Language
Interested entities are reminded that –
(a) This is not a Screening Information Request (SIR), Request for Proposal, or Request for Offer of any kind;
(b) The FAA is not seeking or accepting unsolicited proposals;
(c) The FAA will not pay for any information received or costs incurred in preparing the response to this submission request; and
(d) Any costs associated with this request is solely at the interested entity's expense.
4. North American Industry Classification System (NAICS) Code
The NAICS code for this requirement is 334513 (Instruments and Related Products Manufacturing for measuring, Displaying, and Controlling, Industrial Process Variables) with a size standard of 750 Employees.
5. Submission Requirements
Interested entities are requested to submit the following:
1) Respondent must provide written documentation that demonstrates its ability to meet the minimum requirements listed in the attached FAA Statement of Work (SOW). Responses MUST demonstrate that any interested entity can meet or exceed ALL of the EXACT specifications listed in the attached FAA Statement of Work (SOW). Responses for alternative products or any product that does not clearly meet the Government defined minimum specifications will not be considered.
2) Respondents must indicate their size status and provide supporting documentation of 8(a) program, SDVOSB, HUBZone, SDB, WOSB, or EDWOSB status, if applicable.
3) Respondents must indicate if they can satisfy this requirement utilizing an existing contract vehicle (i.e. GSA). If so, please provide contract information and appropriate point of contact.
The total page limitation for the Capability Statement is five 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.
6. Response Requirements
All responses must be sent via email to the Primary POC Paul.R.Rosengrant@faa.gov and Secondary POC Harry.Lutz@faa.gov. Responses must be received no later than 5:00 PM (EST) on August 21, 2025.