SOURCES SOUGHT
99 -- Market Survey-Engineering Design Software Tool
- Notice Date
- 8/14/2024 9:26:11 AM
- Notice Type
- Sources Sought
- Contracting Office
- 693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- Market_Survey_Engineering_Design_Software_Tool
- Response Due
- 8/28/2024 2:00:00 PM
- Archive Date
- 09/12/2024
- Point of Contact
- Timothy Thannisch
- E-Mail Address
-
timothy.g.thannisch@faa.gov
(timothy.g.thannisch@faa.gov)
- Description
- In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1 Market Analysis, this is a Market Survey / Sources Sought announcement for the purpose of soliciting statements of interest and capabilities from interested vendors. Responses to this announcement will be used for informational purposes only to support the development of an acquisition strategy for a contemplated procurement for an Engineering Design Software Tool. The information received will not be released, except as required under the Freedom of Information Act (FOIA). Proprietary information will be protected if appropriately marked. This is not a Screening Information Request or Request for Proposal. The FAA�s Air Traffic Control Facilities and Engineering Services (AJW-2) group has a requirement for an engineering design software tool that will enable FAA design teams to prepare the Project Manual (commonly referred to as the specification).� The Project Manual (or specification), is a bundling of procurement, materials, and performance requirements into a single project document. The required tool must enable FAA design teams to tailor standardized specifications to specific projects in compliance with the American Institute of Architects (AIA) Standards. The engineering design software tool must meet the following minimum requirements: 1. Tool must be an engineering design software tool that will enable the Government to modify, standardize and maintain FAA specific versions of construction specifications. 2. Tool must enable the FAA to tailor standardized specifications to specific projects in compliance with the AIA Standards. 3. Tool must allow the Engineering Services (ES) engineers to merge updated/added requirements and specification sections to an existing Specification in its native format from our Architect and Engineer (A&E) designers. 4. Tool must provide continuous industry standard updates, multi-file editor updates, revision control, and web-based editing capabilities. 5.� Tool must utilize Software as a Service (SaaS) delivery model.� If the produced Project Manual is to be stored on manufacturer�s cloud, the system must meet the Federal Risk and Authorization Management Program (FedRAMP).� Users must be able to continue previous session from local computer storage otherwise. 6.� Tool�s Master Guided Specification must be up-to-date in accordance with AIA. 7.� Tool must provide rotational users-based system.� The FAA must be able to administer its own users. 8.� Tool must provide Web-based instruction for new and advance users.� The tool must provide simple (cheat-sheet type) user manual. The FAA requests responses from industry to include the following: �a. Capability Statement: Provide a description of your software tool and address your company�s ability to support this tool as a COTS solution. Explain how your software tool will meet all, or the majority of the requirements listed in this market survey.� If there are certain requirements that your firm cannot meet, your firm�s capability statement must identify these specific requirements. b.�Interested Party Information. Interested parties' responses must be submitted by email to the Contracting Officer listed below no later than August 28, 2024 at 5:00 PM eastern time.� Responses to this Market Survey are limited to 10 pages and must be in writing, on company letterhead, and must include respondent point of contact information including name, SAM UEI, telephone number, e-mail address, and mailing address. The Capability Statement must be written in Times New Roman font, size 12, with 1.0 inch top, bottom, and side margins. Any proprietary information submitted must be properly identified. Information from vendor submissions may be used in future acquisition activities on a non-vendor specific basis. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside any competition among the small business socioeconomic categories. The NAICS code for this requirement has not been determined at this time. Responses to this market survey will assist the FAA in making decisions about any acquisition that may follow. This Market Survey must not be construed as an obligation on the part of the FAA to acquire these items. Since this is not a Screening Information Request or Request For Proposal, no results will be issued to the responding firms. No solicitation for these items exists at this time. If a solicitation is issued, it will be announced on the SAM.gov website. It is the vendor�s responsibility to monitor the website for release of the solicitation. The FAA will not entertain or accept unsolicited proposals for this work. The FAA will not be liable for any costs associated with the preparation of responses to this Market Survey, nor reimburse or otherwise pay any costs incurred by any party responding to this announcement. Any costs associated with the Market Survey submissions will be solely at the interested party�s expense. The FAA may request that one, some, all, or none of the respondents to the Market Survey provide additional information. Additional responses are strictly voluntary, and any costs associated with providing additional information will be solely at the respondent�s expense. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. Note: The FAR references cited in SAM.gov are not applicable to the FAA as the FAA has its own policies and guidance referenced in the AMS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/16980526f72241deaa4539487e959288/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07170691-F 20240816/240814230119 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |