Federal Bid

Last Updated on 07 May 2025 at 7 PM
Sources Sought
Washington District of columbia

National Mail Program (NMP)

Solicitation ID 693KA9-450-05072025
Posted Date 07 May 2025 at 7 PM
Archive Date 13 Jun 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 693ka9 Contracting For Services
Agency Department Of Transportation
Location Washington District of columbia United states 20591

MARKET SURVEY ANNOUNCEMENT

1.  Introduction/Purpose
In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1 this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from potential vendors. The responses will not be released, except as required under the Freedom of Information Act (FOIA).  Proprietary information that is appropriately marked will be protected in accordance with the FOIA.
The Federal Aviation Administration (FAA) requires contract support to provide outgoing metered mail operations at various FAA sites.  The purpose of this market survey is to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses and socially and economically disadvantaged small businesses, and 8(a)-certified firms or other entities which have the established and minimum capabilities to perform the services required by the FAA. 

This announcement does not guarantee that a solicitation or procurement of any kind will be issued, and it should not be construed as a commitment by the Government to enter into a contract. Vendors are encouraged to respond if a solicitation is issued; it will be sent directly to those vendors who have responded to this Market Survey. The estimated period of performance is for five (5) years, a one-year base period with four one-year option periods.
Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable.

2.  Incumbent Contractor 
The current incumbent contractor is Pitney Bowes INC, 1245 E Brickyard Road, Salt Lake City, UT 84197 (Contract No. 693KA9-20-D-00007).

3.  Nature of Competition
At this time the nature of the competition has not been determined.  The FAA may decide to do a full and open competition or set aside all or part of the procurement for large businesses, small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.

4.  Standard Language
(a)    This is not a Screening Information Request (SIR) or Request for Proposals (RFP) 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 the market survey; and
(d)    Any costs associated with the market survey submittal is solely at the interested vendor’s expense.

5. North American Industry Classification System (NAICS) Code
The principal North American Industry Classification System (NAICS) code for this effort is 532490 Other commercial and industrial machinery and equipment rental and leasing, with a size standard of $7M. 

6.  Submittal Requirements for Market Survey
The FAA seeks specific information from interested vendors regarding their ability to meet the requirements described in the attached draft statement of work (SOW). 

Interested vendors are required to submit the following:

1.    Capability Statement – this document should identify:

(a)    Type of services provided by your firm;

(b)    Number of years in business;

(c)    Size and type of metered mail operation services provided by your firm under previous contracts (elaborate and provide detailed information and past performance, including for each listed contract: (i) customer name; (ii) description of services; (iii) contract amount; (iv) service locations; (v) contract date and term; and (vi) the extent to which the services/tasks your firm performed under the contract were similar to the services/key tasks described in the attached draft SOW); 

(d)    Your firm’s current office locations within the United States and a description of how your company will provide services in multiple geographic areas; and

(e)    Your firm’s expected programmatic approach (in-house resources, teaming, subcontracting, etc.). Provide your firm’s strategy for accomplishing this work, including the percentage of work that will be done by eligible small  8(a)-certified businesses.

2.    Fully executed Business Declaration Form providing your firm’s business classification size. Each firm claiming 8(a) status is required to provide a copy of its SBA 8(a) certification letter with its submission as evidence of 8(a) eligibility.

Capabilities Statements must not exceed five letter-sized pages (12-point font, 1-inch margins). All proprietary information will be treated as such. Therefore, respondents should clearly identify any proprietary information included in responses. Respondents are encouraged to provide comments on the attached draft SOW.

7.  Delivery of Submittals
All responses to this market survey must be received by 5:00 PM Eastern Standard Time on May 29, 2025. All responses should be submitted via e-mail to [email protected]
All questions regarding this market survey must be submitted via electronically to the Contracting Officer (CO) Khoshboo Siddiqi, no later than 9:00 AM Eastern Standard Time on May 15, 2025. 
No telephone calls will be accepted.

8. Attachments
(a) Draft Statement of Work
(b) Business Declaration Form
 

Bid Protests Not Available

Similar Past Bids

Columbus Ohio 03 Feb 2003 at 5 AM
Massachusetts 28 Sep 2021 at 12 AM
Location Unknown 26 Jul 2019 at 12 AM
Daviston Alabama 08 Jun 2020 at 8 PM
Location Unknown 03 May 2019 at 12 AM

Similar Opportunities

San francisco California 09 Jul 2025 at 12 AM
San francisco California 09 Jul 2025 at 12 AM
Columbus Ohio 15 Jul 2025 at 4 AM
Andrews air force base Maryland 21 Jul 2025 at 7 PM