Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2011 FBO #3612
SOLICITATION NOTICE

99 -- Verification & Validation (V&V) Services Market Survey

Notice Date
10/13/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-4A3 AJA - Technical Center (Atlantic City, NJ)
 
ZIP Code
00000
 
Solicitation Number
11238
 
Response Due
11/21/2011
 
Archive Date
12/6/2011
 
Point of Contact
Colleen McLaughlin-Heasty, 609-485-6740
 
E-Mail Address
colleen.mclaughlin-heasty@faa.gov
(colleen.mclaughlin-heasty@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction: This public announcement is being issued in accordance with Acquisition Management System (AMS) 3.2.1.2, for the purpose of conducting market research to determine interest and capabilities for support in all aspects of Verification & Validation (V&V) for the Next Generation Air Transportation System (NextGen) as well as legacy systems to be performed for the FAA's William J. Hughes Technical Center located in Atlantic City International Airport, NJ. Responses to this market survey are for informational purposes only. This is not a Screening Information Request (SIR) or Request For Proposal (RFP). The FAA is neither seeking nor accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing a response to this market survey. Therefore, any cost associated with a market survey submission is solely at the interested vendor's expense. Purpose: The purpose of this market survey is to solicit statements of interest and capabilities from both large and small businesses (all categories) to determine capability to provide V&V services in accordance with the attached draft statement of work (SOW). Information obtained will be used to refine the competitive strategy on a possible future solicitation. The nature of competition has not been determined, and the FAA may decide to do a full and open competition, a full or partial set-aside for various small business categories, such as among small businesses, eligible socially and economically disadvantaged businesses (SEDB) that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) program, etc. The FAA may consider a multiple award procurement vehicle with various competitive categories, etc., or to pursue other methods to obtain needed services. Time and materials type arrangement(s) are anticipated for 10 years. Selected contract vehicles may also allow performance on a firm fixed price or cost type basis. The maximum number of awardees is undetermined at this time. A vendor's failure to respond to this market survey does not necessitate that they are excluded from any resultant competition. However, the failure of adequate small business participation in this market survey may result in the government determining there is not sufficient qualified small business' interested to set aside this procurement or portions thereof for small business. Therefore, full and open competition would be considered. Small businesses are encouraged to respond to this market survey to ensure their corporate capabilities are considered in determining the appropriateness of a set-aside(s). All interested firms are invited to submit a Capability Statement, a Business Declaration Form, a V&V Supplemental Capabilities Worksheet, as well as any Small Business Administration (SBA) certification letter(s). Information on pricing is NOT required at this time. Incumbent Information: There is no incumbent(s) for this procurement. North American Industry Classification System (NAICS) Code: The NAICS code anticipated for this requirement is 541330, Exception a., (Engineering Services-Military and Aerospace Equipment and Military Weapons) with the applicable size standard of $27M. Submission Requirements and Instructions: The attached draft SOW is provided for review. Three documents are to be executed and submitted: a) Capability Statement, b) Business Declaration Form, and c) V&V Supplemental Capabilities Worksheet. a) Capability Statement - This document must be completed in Times New Roman with 12 point font, single spaced, on 8.5 X 11 inch paper setting with one-inch margins using Microsoft Word 2003. This submission should follow the suggested template but must be limited to no more than eight (8) pages (any excess will be discarded) and describe examples of your company's actual work experience in the following areas: 1.Performance on a prime contract or subcontract supporting V&V activities in aviation or aerospace program efforts within the last five (5) years. Please include the period of performance, contract dollar amount, brief description of the contract, the agency or organization from whom the contract was awarded, contract number, and a Contracting Officer/Contracting Officer's Representative point of contact with telephone number.2.Corporate experience and capabilities providing V&V support. Respondents must review Section 3.0 - Requirements of the draft statement of work and detail which sections they may be capable of performing citing examples if applicable. 3.Experience in teaming or subcontracting to obtain and retain qualified personnel capable of providing V&V support. Draft your response in conjunction with the V&V Supplemental Capabilities Worksheet cited below. 4.Understanding and familiarity with the FAA's Test & Evaluation Quality Management System, or similar systems in compliance with ISO Certification Standard 9001:2008. b) Business Declaration Form - This form is required by the FAA. c) V&V Supplemental Capabilities Worksheet - This document seeks information on your company's current staff and other information. Do not include teaming or subcontracting arrangements, only in-house capabilities and personnel. The labor categories listed reflect possible labor positions that may be requested on a proposed V&V solicitation but are not a prequalification worksheet. Additional labor definitions other than those contained in the draft statement of work will not be provided. Delivery of Submission: Responses are due by 3:00 PM, EST (Eastern Standard Time), November 21, 2011 and must be sent electronically to email 9-ACT-VNVWJHTC@faa.gov. The FAA welcomes any general comments regarding the content of the draft SOW. Questions or comments must be submitted in writing prior to the closing date and directed to email 9-ACT-VNVWJHTC@faa.gov. No telephonic inquires will be accepted. Non-Government Personnel Participation: The FAA will utilize contractor support personnel (B3 Solutions) in this acquisition. B3 Solutions employees will not be members of Technical Evaluation Teams, but may assist in meeting with customer organizations and review submissions. B3 Solutions employees will sign all relevant Non-Disclosure of Information and Conflict of Interest Agreements for this acquisition. The exclusive responsibility for source selection remains with the FAA. Other: It is highly recommended that interested vendors check the FAA's Contract Opportunities website frequently for any updates and amendments to this announcement. Also, if this announcement is being viewed from other than the FAA's Contract Opportunities website, some information and/or attachments may not transfer correctly. Therefore, only the information/attachments provided at http://faaco.faa.gov under current announcements for the AJA-Technical Center (Atlantic City, NJ) region is considered the "official" source of information on this requirement. If after as a result of this market survey a solicitation is issued, it will be publicly announced on the FAA's Contract Opportunities website. It is the potential vendor's responsibility to monitor this site for the release of any solicitation. Projected Schedule of Events: EventsTentative DatesRelease of Market SurveyOctober 13, 2011Vendor's Response to Market Survey November 21, 2011SIR issued (if applicable)Spring 2012Award(if applicable)Fall 2012 Attachments:Draft SOWCapability Statement TemplateBusiness DeclarationV&V Supplemental Capabilities Worksheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/11238/listing.html)
 
Record
SN02607255-W 20111015/111013235129-f7a0451b22cbe380dce4066ecae2ae59 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.