Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 06/18/2025
Response Date: 07/09/2025
Archive Date: 07/24/2025
More Opportunities
Solicitation Number:
6973GH-25-R-00133
Primary NAICS:
811210 - Electronic and Precision Equipment Repair and Maintenance
Notice Type:
Solicitation
Location:
Oklahoma City Oklahoma 73169 USA
Set Aside:
SBA
20250618 Amendment A0001 issued to replace Attachment 1 Performance Work Statement with Attachment 1R. This revision updates section 4.3 Government Furnished Property. All other terms and conditions remain the same.
The Federal Aviation Administration (FAA) has a requirement for Test Equipment Repair and Calibration Services for the Federal Aviation Administration Logistics Center (FAALC), Oklahoma City, Oklahoma. The FAALC Groups/Product Divisions provide technical and supply support to the FAA National Airspace System (NAS) field facilities and other government agencies. The work to be performed is primarily in support of aircraft guidance systems, surveillance equipment, automation and communications systems and technical data. To accomplish the work effort specified in the Performance Work Statement (PWS) the successful Contractor shall provide a variety of technical support personnel. The Contractor shall perform the services identified in the PWS with minimal assistance from FAA personnel.
Work is currently being performed under Collective Bargaining Agreement between incumbent contractor and International Association of Machinists and Aerospace Workers, IAMAW, AFL-CIO (SIR Attachment 3.
This solicitation is a total small business set-aside.
This requirement will use streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the FAA Acquisition Management System (AMS). The contract has a potential duration of five (5) years including a base year with four (4) 1-year options.
It is anticipated that an Indefinite-Delivery/Indefinite-Quantity type contract with a combination of labor hour/fixed price/cost reimbursement pricing will be awarded as a result of this solicitation.
The North American Industry Classification System (NAICS) codes and size standards for this effort is
NAICS 811210 - Electronic and Precision Equipment Repair and Maintenance. The business size standard for this NAICS is $34.0 million.
Please read the attached Solicitation and attachments in their entirety. Sections L and M of SIR 6973GH-25-R-00133 provide instructions for preparation and submission of proposals.
The SIR includes a Lowest-Price/Technically Acceptable technical evaluation, to include an evaluation of past performance. Offerors are required to provide Past Performance Questionnaires to customers who are familiar with the work ethic, standards, performance, and deliverables of the prime/general contractor demonstrated through previous or ongoing contracts of a similar nature [Provision L.4(a) Factor 2.] Offerors will provide the questionnaires to their customers, who will in turn complete and return the questionnaires directly to the Contracting Officer by the due date specified on the surveys. A minimum of three (3) Past Performance Questionnaires must be submitted by the offerors’ customers directly to the Contracting Officer. Surveys received after the established due date may not be evaluated.
A pre-proposal conference/site visit will be held on June 18, 2025 at 10:00 a.m. CT at the Mike Monroney Aeronautical Center, 6500 S. MacArthur Blvd, Oklahoma City, OK. All prospective attendees shall RSVP to Connie Houpt, Contracting Officer, connie.m.houpt@faa.gov, prior to 10:00 a.m. June 17, 2025. Attendees should enter the Aeronautical Center's main (west) entrance gate on South Regina Avenue and proceed to the Security Command Center just inside this entrance. The Contracting Officer will meet attendees at the Security Command Center to be escorted on site.
In conjunction with the set-aside nature of the requirement, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. This requirement is found in AMS Clause 3.6.1-7, Limitation on Subcontracting.
The Contracting Officer (CO), Connie Houpt, is the sole point of contact for this requirement. Do not contact the program office or program office personnel at any time regarding this requirement. All written requests, correspondence, and submittals must be sent to the Contracting Officer via email at connie.m.houpt@faa.gov
ALL OFFEROR QUESTIONS, CONCERNS, AND CLARIFICATION REQUESTS MUST BE MADE IN WRITING AND SUBMITTED WITHIN FOURTEEN (14) CALENDAR DAYS PRIOR TO THE CLOSING DATE OF THE SIR. WRITTEN INQUIRIES RECEIVED WITHIN THIS TIMEFRAME WILL BE ANSWERED IN WRITING AND PROVIDED TO ALL OFFERORS PRIOR TO THE REQUIRED DATE FOR SUBMITTAL OF THE OFFEROR PROPOSALS. THE AGENCY RESERVES THE RIGHT TO NOT ANSWER ANY REQUESTS RECEIVED OUTSIDE OF THE ABOVE TIMEFRAME. FURTHERMORE, OFFERORS SHOULD NOTE THAT THE PROPOSAL DUE DATE WILL NOT BE EXTENDED SOLELY ON THE BASIS OF QUESTIONS RECEIVED WITHIN OR BEYOND THE TIMEFRAME MENTIONED ABOVE. THE FAA WILL NOT PROVIDE VERBAL RESPONSES TO OFFEROR QUESTIONS, CONCERNS, AND CLARIFICATION REQUESTS INITIATED VIA OFFEROR TELEPHONE CALLS.
Proposals are due by EMAIL ONLY as indicated in Section L of the SIR NLT 2:00 p.m. CT, July 9, 2025. Please include the solicitation number 6973GH-25-R-00133 in the subject line of all email correspondence.
Any responses received after the established date and time for receipt of proposals will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor’s response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary.
All Offerors must be registered in the System for Award Management, www.SAM.gov. Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) “By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.”
This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.