SOURCES SOUGHT
45 -- Market Survey for Reduced Pressure Detector Backflow Prevention Device that meets the Buy America Act Executive Order 14005
- Notice Date
- 4/25/2025 2:29:28 PM
- Notice Type
- Sources Sought
- Contracting Office
- 690ED9 NORTHWEST/MOUNTAIN REG RENTON WA 98055 USA
- ZIP Code
- 98055
- Solicitation Number
- ANM-MARKETSURVEY-04252025
- Response Due
- 5/9/2025 5:00:00 PM
- Archive Date
- 05/24/2025
- Point of Contact
- Cindi Tjelde, Phone: 2062313026
- E-Mail Address
-
cindi.tjelde@faa.gov
(cindi.tjelde@faa.gov)
- Description
- The Federal Aviation Administration, Enroute Construction group is conducting a Market Survey to improve the Government�s understanding of the current marketplace for a reduced pressure detector backflow prevention device that meets the requirements of The Buy American Act as outlined in Executive Order 14005. Responses to this Market Survey will be used for informational purposes only. This is not a solicitation for proposals. No contract shall be awarded, nor will reimbursement be made for any costs associated with providing information, in response to this announcement. Any costs associated with the market survey submittal are solely at the interested vendor�s expense. The FAA is seeking sources or information for specific equipment as follows: One Reduced Pressure Detector Backflow Prevention Device with the following specifications: Standards: ASSE 1047 and UL �Fire Protection Equipment Directory� listing Operation: Continuous-pressure applications Pressure Loss: 12psig (83kPa) maximum, through middle one-third of flow range Size: NPS 4 Design Flow Rate: 170gpm Body Material: Cast iron with interior lining complying with AWWA C550 End Connections: Flanged onfiguration: Designed for horizontal, straight through flow Must meet the Buy American Preference as stated in the FAA�s Acquisition Management System: 3.6.4-5 FAA Buy American Preference � Steel & Manufactured Goods (Apr 2022), which consists of the following requirements: (i) the cost of components and subcomponents which are produced in the United States is more than 60 percent of the cost of all components to be delivered under this contract with labor costs involved in the final assembly not included in calculating the cost of components, and (ii) final assembly of the facility or equipment to be delivered under this contract has taken place in the United States Offeror�s response to this announcement shall include the following: Offeror�s name, address, point of contact, phone number, and email address Tailored capability statement addressing the particulars of this effort All responses to the sources sough shall be electronically submitted to the Contracting Officer, Cindi Tjelde, via email to cindi.tjelde@faa.gov. Your written response is required no later than 5:00 p.m. PDT on 9 May 2025. All questions and comments must be in writing (electronic email responses are acceptable). No telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/265b154c7729428aafb366187d5dbf7f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07422400-F 20250427/250425230046 (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 |