NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW.
This is a market survey inquiry to determine viable commercial options to conduct a thorough pre-deployment check on a RSS-M located in Oklahoma City, OK. The contractor will perform the inspection and address any issues encountered that would prevent the system from being deployed in a fully operational state as prescribed by the original equipment manufacturer (OEM). Detailed requirements and expectations are provided in the attached draft Statement of Work (SOW).
The responses to this market survey will be used for informational purposes only to determine the nature of competition available, if any. At this time, NDI Technologies, Inc. (SAM UEI: XQ1JBDMENE61) is the only vendor known to the FAA that can perform this requirement due to technical data that the FAA believes to be proprietary. The FAA values robust competition whenever available to satisfy agency needs, however, If no responses are received from this announcement, the FAA intends to pursue a single source procurement strategy to the only known vendor that the FAA is aware of that can fully perform this requirement.
This is not a Screening Information Request (SIR) or request for proposal 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 the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense.
The North American Industry Classification System (NAICS) codes and size standards for this effort:
NAICS – 811210, Electronic and Precision Equipment Repair and Maintenance
The FAA requires interested vendors to confirm their ability to provide the specific equipment required under this market survey. No substitutions or other like items shall be accepted.
Each vendor should include the following information along with their submission:
1. Capability Statement - This document should identify:
- History of providing the specific service being requested
- Relevant previous government contracts and awards for successful services being requested (elaborate: quantities dollar amounts and provide detailed information and past performance)
- Number of years in business
2. Clearly state whether you can provide all the types of service listed in the SOW.
3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for providing all requested material within original equipment manufacturer specifications.
5. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the draft requirements documents.
All responses to this market survey must be received by 5:00 p.m. Central Time (Oklahoma Time) on June 20, 2025.
The FAA requests that all submittals, including attachments, be submitted electronically to the following:
Email: joshua.d.huckeby@faa.gov
Please include "MARKET SURVEY RESPONSE: “RSS-M Predeployment” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.