SOLICITATION NOTICE
99 -- Wide Area Augmentation System (WAAS) Program Satellite Communication Service
- Notice Date
- 8/4/2010
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-47 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 9839
- Response Due
- 8/20/2010
- Archive Date
- 9/4/2010
- Point of Contact
- Joyce EdwardsWilliams, 202-267-9781
- E-Mail Address
-
joyce.edwards-williams@faa.gov
(joyce.edwards-williams@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought Market Survey posted in accordance with the Federal Aviation Administration (FAA) Acquisition Management Policy (AMS) 3.2.1.2.1. This is not a Screening Information Request or Request for Proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. This notice shall not be construed as a commitment by the FAA to issue a solicitation or ultimately award a contract, nor does it restrict the FAA to a particular acquisition approach. Responses to this market survey are for informational purposes only and submissions are made on a voluntary basis. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of submissions in response to this market survey or the FAA's use of such information. The information obtained from industry responses to this announcement may be used in the development of an acquisition strategy and a future request for proposal. The purpose of this announcement is to assess the availability of a satellite and ground-uplink service to support WAAS service coverage. A satellite currently supporting WAAS is failing and threatens FAA with WAAS Service loss over Northwest Alaska. To mitigate WAAS service loss risks, this acquisition will be tailored to minimize the time necessary to satisfy the FAA's requirement commensurate with risk, prudent business sense, and sound business practices. FAA anticipates that any resultant contract will be Firm-Fixed Priced for satellite and GUS leases. The principle North American Industry Classification System (NAICS) code for this effort is 334511 Search, Detections, Navigation, Guidance, Aeronautical, and Nautical System and Instrument manufacturing, with a size standard of 750. If respondent believes another NAICS code is applicable to the work specified in this market survey, justification supporting the alternate NAICS code must be provided. Suggestion of an alternate NAICS does not require that a resultant solicitation be issued under the NAICS code alternate. Interested vendors must submit a two-part Capability Statement. Part I is Business Capability Statement and Part II is Technical-Program Management Capability Statement. Part I will address the items enumerated below. Part II will address the items contained in the attachment to this announcement. Please limit responses to Parts I and II to five (5) pages (excluding declaration form and SBA Certification Letter) and 20 pages, respectively. The respondent's Part I - Business Capability Statement must address the following items: 1) A brief description of the company's business size and business status.2) Anticipated subcontracting or teaming arrangements, if applicable, and the number of years the proposed team has worked together on same or similar projects. Respondents must provide their strategy for accomplishing this work and how it will be allocated among teaming or subcontracting partners.3) A description of capabilities and similar operational satellite and ground uplink services offered to the Government or to commercial customers. Include contract magnitude in terms of value and points of contact (POC) for each example provided (name of the POC, address, e-mail, telephone number and the company's web page, if applicable). 4) Business Declaration Form - Interested vendors shall complete the attached Business Declaration Form and submit it with the Business Capability Statement portion. Respondents must provide an indication of the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 5) A copy of the vendor's SBA 8(a) Certification Letter, if applicable.6) Justification for an alternate NAICS code, if applicable. Respondent's Part I and II responses must be submitted no later than 2PM EDT on its respective due date. Part I will be submitted electronically only to email: joyce.edwards-williams@faa.gov, NLT August 12, 2010. Part II will be submitted in one (1) hard-copy and one compact disk (CD) media NLT August 19, 2010, to: Ms. Joyce Edwards-WilliamsContracting Officer (AJA-47)Federal Aviation Administration800 Independence Avenue, S.W.Washington, DC 20591
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/9839/listing.html)
- Record
- SN02229184-W 20100806/100804235517-c40de431de1e894ed1c2213dbdc96148 (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 |