Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
MODIFICATION

99 -- Security and Hazardous Materials (ASH) IT Support Services

Notice Date
12/20/2006
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-481 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
5279
 
Response Due
1/6/2007
 
Archive Date
1/29/2007
 
Description
- AMENDMENT 1 TO MARKET SURVEY (posted 12/20/2006) - This amendment is issued to provide some insight into the potential size and scope of this requirement. Additionally, this amendment extends the due date for responses to this market survey to January 5, 2007. All submissions must be received by 12:00 p.m. (noon) Eastern time on January 5, 2007 at the email address or location identified in the original announcement. FAA anticipates that the following labor categories may be necessary to accomplish the requirements of the SOW: IT Project Manager Software Engineer Sr Systems Analyst Multimedia Specialist Program Support Spec Sr Database Administrator IT Systems Engineer Network Specialist Sr Project Manager Senior Network Specialist Sr Program Analyst Senior Planner/Scheduler Technical Writer Technical Trainer Subject Matter Expert Senior System Security Specialist Logistician Help Desk Specialist Database Administrator Software Tester Senior Software Engineer Jr Program Management Analyst - END OF AMENDMENT 1 - - ORIGINAL MARKET SURVEY - BACKGROUND: The scope of the anticipated contract is to provide a variety of current and future IT operational support services to the ASH organization. The contractor will provide services in the areas of desktop/email/application helpdesk support, local area network (LAN) support, wide area network (WAN) support, web applications (internet/intranet/extranet) operational and engineering support, application development and maintenance support, security accreditation and certification support, and specialized program support (General, HSPD12 related, classified system support, and Computer Forensics related). PURPOSE: The purpose of this market survey is to obtain information that the FAA may consider in choosing how to conduct this procurement and whether it should be a full and open competition, a limited competition, or set-aside. The following North American Industry Classification System (NAICS) codes pertain to this procurement, the primary code being 541519: 541511 Custom Computer Programming Services (size standard - $23m) 541512 Computer Systems Design Services (size standard - $23m) 541513 Computer Facilities Management Services (size standard - $23m) 541519 Other Computer Related Services (size standard - $23m) SCOPE OF WORK: The attached Draft Statement of Work (SOW) describes the needs and requirements of FAA with regard to this procurement. VENDOR RESPONSE: Interested Vendors must respond to this market survey by providing the items listed below: 1. Capabilities Statement - A Capabilities Statement which demonstrates the vendor's ability to provide the services in the attached Draft SOW. This includes the vendor's ability to provide appropriate levels of experienced and qualified personnel capable of supporting the task areas. Vendors should indicate the labor categories they believe are necessary to accomplish the SOW, and the number of individuals needed in each category. 2. Programmatic Approach - Vendors must discuss both their expected programmatic approach to successfully providing these services. This includes discussion of potential teaming and subcontracting arrangements. If respondent is an eligible 8(a) certified business or other small business, provide a strategy in terms of percentage of work to be completed by the 8(a) or small business respondent. 3. Prior Experience - For at least three past or current contracts for work similar in scope and complexity to that described in the attached SOW, vendors must demonstrate in narrative form (not brochures or catalogs), direct and recent experience and capabilities with the services and requirements of the SOW. Experience five years or older will not be regarded as current. At a minimum, vendors must identify the government or commercial entity for whom work was performed, provide the contract number, and provide a description of the work performed. 4. Accounting System - Vendors must provide clear evidence to support that they have a Defense Contract Audit Agency (DCAA)-approved accounting system. 5. Business Declaration - Vendors must complete and submit the attached Business Declaration form. SUBMISSION: All submissions must be received by 4:00 p.m. Eastern time on December 29, 2006. Electronic submission is preferred and should be sent to ryan.m.king@faa.gov. If necessary hard copies can be mailed to: Federal Aviation Administration Attn: Ryan M. King, AJA-481 FOB-10A, Room 400 800 Independence Avenue, SW Washington, D.C. 20591 Inclusive of all 5 items described in the "Vendor Response" section above, submissions must not exceed 20 pages in length. The electronic submission should be in Word, Adobe or another commonly used format. ADDITIONAL INFORMATION: This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. This is not a screening information request or request for proposal. The FAA is not seeking or accepting unsolicited proposals. A procurement package is not available. The Government is not liable for cost associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5279)
 
Record
SN01200268-W 20061222/061220220447 (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.