SOLICITATION NOTICE
99 -- Service Operations Support - Recompetition (SOS-R)
- Notice Date
- 12/20/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJP-7551 W.J. Hughes Tech Center (ACT)
- ZIP Code
- 00000
- Solicitation Number
- 6288
- Response Due
- 1/22/2008
- Archive Date
- 2/21/2008
- Point of Contact
- AnneMarie Ternay, (609) 485-6990
- E-Mail Address
-
Email your questions to annemarie.ternay@faa.gov
(annemarie.ternay@faa.gov)
- Description
- In accordance with Acquisition Management System Toolbox (AMS) T3.2.1.2, the FAA William J. Hughes Technical Center (WJHTC) is conducting a market survey to assist in its development of an appropriate procurement strategy in fulfilling the Service Operations Support (SOS) requirements. The SOS procurements will provide second-level engineering and field restoration services to the Terminal, EnRoute, and Technical Operations organizations. The following documents are attached to this announcement: 1. "Draft" statement of work (SOW) dated 12/20/07 2. "Draft" high-level listing of personnel required dated 12/20/07 3. "Draft" listing of systems that will be supported dated 12/20/07 4. Business Declaration This is not a Screening Information Request (SIR) or Request for Proposal (RFP). The FAA is not seeking or accepting unsolicited proposals. A down-selection will not be conducted as a result of the market survey. The FAA is seeking interested sources that are capable of providing the services described in the attached SOW. Currently, the WJHTC has two professional support service contracts that provide second-level engineering and field restoration services support. The first was awarded as a competitive Socially and Economically Disadvantaged Business (SEDB) - 8(a), time and materials (T&M) procurement to Client Network Services, Incorporated (CNSI) under DTFA03-02-D-00011 (SOS-5) for legacy system support with a maximum ordering limitation of 2,883,013 hours (estimated value at $178.4M) for a base of one year with six 1-year option periods. The other contract was a competitive Small Business Set-Aside, T&M procurement awarded to Apptis, Incorporated (previously known as Technology and Management Associates, Incorporated (TMA)) as DTFA03-02-D-00015 (SOS-6) for new system support with a maximum ordering limitation of 3,845,983 hours (estimated value at $248.4M) for a base of one year with six 1-year option periods. The WJHTC desires to provide an opportunity to compete at least a SEDB - 8(a) and a small business competition for the follow-on requirements under the North American Industry Classification System (NAICS) code 541519 (Other Computer Related Services) with a size standard of $23M. Currently, the Government has not yet determined which systems (attachment no. 3) will be included in the SEDB - 8(a) or small business competition. The Government contemplates an award of at least two T&M type or cost-plus-fixed-fee (CPFF) type contracts to fulfill the requirements of the attached "draft" SOW. The period of performance is anticipated for seven (7) years. The commencement date is expected around March 2009. At this time, interested sources are requested to provide the extent and depth of their PRIME experience (as either a prime or a subcontractor) in performing the same or similar maintenance support as described in the attached draft SOW. No more than five (5) pages shall be submitted. An elaborate proposal is not required. The submission should be simple and provide straightforward, concise delineation of the respondent's prime experience in performing the same or similar work as described in the attached SOW. In addition to the 5-page technical capabilities submission, interested firms are also asked to submit the attached Business Declaration form (attachment no. 4) and a copy of their 8(a) certification (if applicable). Also, submissions must also identify whether or not the contractor has been recently audited by the Defense Contract Audit Agency (DCAA) and whether or not the contractor has a DCAA approved Cost Accounting System. If the vendor has not been audited and/or has an approved DCAA Cost Accounting System, please identify if you plan to attain either, and what is the timeline for receiving them. Failure of a sufficient number of adequately qualified firms that respond to this survey may result in a competitive procurement open to all businesses, so all qualified SEDB 8(a) and small businesses are highly encouraged to respond to this survey. Responses to this announcement are due by 2 p.m. (local time) on January 22, 2008, and shall be directed to the FAA William J. Hughes Technical Center, Attn: Anne Marie Ternay, AJP-7951, Atlantic City International Airport, NJ 08405. An original and 3 copies, and one electronic copy on CD is required. The electronic submission and the hard copies must be identical. E-mail responses WILL NOT be accepted. Any comments, concerns, or questions regarding this procurement are highly encouraged and may be directly submitted to Anne Marie Ternay. These comments, concerns, or questions do not have a page limitation and are in addition to the 5-page technical capabilities statement submission. The Government reserves its right to consider any, all, or none of the comments, concerns or questions received. All interested parties are advised the FAA will not pay for any information or any administrative costs incurred associated with any response to this Market Survey announcement. Therefore, any costs associated with this Market Survey submission will be solely at the interested party's expense.
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6288)
- Record
- SN01473920-W 20071222/071220223941 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |