Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2003 FBO #0546
MODIFICATION

99 -- Traffic Flow Management Modernization (TFM-M)

Notice Date
5/27/2003
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASU-340 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
3106
 
Response Due
6/26/2003
 
Point of Contact
Tim Eckert, 703-326-3799
 
E-Mail Address
Email your questions to Tim.Eckert@faa.gov
(Tim.Eckert@faa.gov)
 
Description
The FAA's Traffic Flow and Enterprise Management (TF&EM) Integrated Product Team (IPT), AUA-700, is responsible for developing and deploying technology to support the safe and efficient movement of aircraft through the NAS. They are responsible for ensuring that new TFM systems and technologies provide NAS-level benefits in addition to providing localized benefits within a particular volume of airspace or phase of flight. AUA-700 is planning for the modernization of the current TFM system. Modernization of the existing TFM system will replace portions of the existing automation systems with a modernized automation environment that supports both legacy and new functional capabilities. The automation systems to be modernized by the TFM-M program include the current TFM centralized processing capability located at the Volpe National Transportation Systems Center in Cambridge, MA; the TFM subsystems located at the FAA Air Traffic Control System Command Center (ATCSCC) in Herndon, VA and at the William J. Hughes Technical Center (WJHTC) in Atlantic City, NJ; and the TFM subsystems located at various ATC facilities. This Screening Information Request (hereafter referred to as SIR1) is being conducted to identify qualified technical sources for a contract to design, develop, test and implement the modernized TFM system. This contract shall also have options for additional Maintenance and Training Tasks and Engineering Services on an as-ordered basis by the Government. Projected award of a contract is anticipated by June 2004, with a period of performance from the date of award for a minimum of one (1) year and a maximum of twelve (12) years inclusive of all options. The Government desires unlimited rights to all data and computer software produced under this contract in accordance with FAAAMS provision 3.5-13 (Rights in Data  General)(October 96). In order to make a determination of qualified bidders, the FAA requires the following information from interested sources: 1. Capabilities Statement - This statement shall contain all information identified in Section L, and 2. Completion of the attached Business Declaration form and Representations and Certifications. SIR1 proper consists of the following sections: 1.Cover letter, 2.Section C, Draft Statement of Work, 3.Section L, Capabilities Statement Requirements, 4.Section M, Evaluation Factors, 5.Acronym List, and 6. Representations and Certifications and Business Declaration Form The draft Statement of Work identifies the preliminary areas of tasking that are expected to be required in the TFM-M Program. Interested parties responding to SIR1 should carefully consider if they have all the expertise required to meet the Government's expected tasking. The purpose of the evaluation is to identify those Offerors that have the expertise, interest, and capabilities to perform these tasks. In the case where multiple vendors have teamed together to submit a Capabilities Statement, the Government will consider the capabilities of all members of the Team during the evaluation. Cost information is not requested. SIR1 is for informational purposes only and shall not be construed as a commitment or a promise of a contract by the Government. SIR1 does not commit the Government to pay any costs incurred in the submission of responses. An Offeror must be found qualified under SIR1 in order to submit a proposal under the subsequent TFM-M RFO/SIR (SIR 2). Offerors shall be notified in writing whether they qualify for SIR2. If selected as a qualified source for SIR2, the qualified Offeror's team shall be the only team permitted to submit a SIR 2 proposal. Changes in teaming arrangements after SIR1 qualification will invalidate Offeror eligibility for consideration under SIR2 unless prior approval is obtained by the Contracting Officer in the case of unusual circumstances. Projected schedule dates are as follows: Determination of Offerors qualified to submit SIR 2 proposal - August 03 Issuance of and comments received on draft RFO/SIR from qualified Offerors - August 03 Issuance of SIR2 to qualified offerors - late August-early September 03 Receipt of proposals - November 03 Contract Award - June 04 Your submission must be submitted in accordance with L.5 of this SIR.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00332703-W 20030529/030527213306 (fbodaily.com)
 
Source
FedBizOpps.gov 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.