SOLICITATION NOTICE
99 -- Enterprise Communications Support Services (ECSS) Small Business Set-Aside Announcement
- Notice Date
- 9/26/2011
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-472 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 11190
- Response Due
- 3/25/2012
- Archive Date
- 4/9/2012
- Point of Contact
- Eric Washington, 202-267-5994
- E-Mail Address
-
eric.washington@faa.gov
(eric.washington@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Enterprise Communications Support Services (ECSS) Small Business Set-AsideAnnouncement 1. IntroductionThe purpose of this Announcement is to: (1) Provide industry with the updated sections of the small business set-aside draft Screening Information Request (SIR) for the Enterprise Communications Support Services acquisition. This is the second of two draft ECSS Small Business (SB) set-aside SIRs the FAA has released to industry. The first ECSS SB SIR was posted to FAACO on December 1, 2010, and a Comments Response Matrix was posted on April 12, 2011. The attached ECSS SB SIR reflects updates to the SIR as a result of the RFI comments received; and (2) Notify industry that the FAA intends to release the final ECSS Small Business set-aside SIR in October 2011. This public announcement is being issued in accordance with the FAA Acquisition Management System (AMS) Section 3.2.1.3.11. Interested parties are advised that: The attached draft SIR is for informational purposes only; The FAA is not seeking or accepting proposals at this time; Any costs associated with this announcement are solely at the interested party's expense. 2. Description of the Required ServicesThe ATC Communications Services is responsible for the implementation and execution of communications infrastructure programs supporting the National Airspace System (NAS). Three of the programs - System Wide Information Management (SWIM), Data Communications (DataComm), and NAS Voice System (NVS) - are designated as "NextGen-enabling" programs because of their fundamental role in supporting the transformation of the NAS to the Next Generation Air Transportation System (NextGen). ECSS Contractors will provide vital support to the planning, procurement, implementation, and execution of these and other ATC Communications programs as they progress through their life cycles. The support required includes a broad range of Program Management, Acquisition Support, System Engineering, Operations Management and Support, Business and Financial Management, and other services. The requirements are more fully described in the attached Statement of Work (SOW). 3. Nature of the CompetitionThe FAA intends to award two competitive single award Indefinite Delivery Indefinite Quantity (IDIQ) contracts (one unrestricted competition and one small business set-aside) each with periods of performance of seven years (two year base and five one-year option periods). These two contracts will become the primary sources of contractor support for ATC Communications Services. On 19 September 2011, the FAA awarded the unrestricted portion of the ECSS requirement to Noblis, Inc. 4. NAICS CodeThe NAICS code for the small business set-aside has not yet been finalized, but is expected to be:- 541330, Engineering Services - Military and Aerospace Equipment and Military Weapons, $27M; and 5. Incumbent ContractorsAs stated above, the unrestricted portion of the ECSS requirement has been awarded to Noblis, Inc. ATC Communications Services currently obtains its support services through a wide variety of large and small business service contracts and task orders, most of which are expiring in the next one to two years. The current level of contractor support across ATC Communications Services is approximately 350-380 full-time equivalents (FTEs), but the FAA expects the FTEs to decrease under the ECSS contracts due to organizational realignments and other efficiency gains. However, the ECSS contractors must be capable of sustaining the current level of support if the expected efficiency gains cannot be realized. The specific staffing requirements will be definitized through the issuance of task orders and the FTE levels referenced in this announcement do not represent a commitment on the part of the FAA to staff the ECSS contracts at a particular level of effort. 6. Contract TypeThe FAA anticipates awarding IDIQ type contracts with Fixed Price Level of Effort task orders being issued for the required support services. 7. ResponsesThis announcement is for information purposes only. 8. Points of ContactScott Bukovec (Scott.Bukovec@faa.gov)Eric Washington (Eric.Washington@faa.gov) Attachments:ECSS Small Business Set-Aside Draft SIR (Sections B, C, D, E, F, G, H, I, J, K, L, L Attachments, and M) ///End of Announcement///
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/11190/listing.html)
- Record
- SN02592409-W 20110928/110926235252-203ca57acdbf7aeda11928c7689a0742 (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 |