Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
MODIFICATION

99 -- Air-to-Ground & Telecommunications Support Services

Notice Date
5/7/2007
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJP-7551 W.J. Hughes Tech Center (ACT)
 
ZIP Code
00000
 
Solicitation Number
DTFACT-07-R-00029
 
Response Due
5/15/2007
 
Archive Date
6/14/2007
 
Description
Amendment 0001 is attached. The Federal Aviation Administration's (FAA) William J. Hughes Technical center (WJHTC) has a potential requirement for Air-to-Ground and Telecommunications Support Services, as described in attached draft Statement of Work. The work contemplated was previously procured using the General Services Administration's Information Technology schedule and was awarded to Titan Systems Corporation. The intent of this announcement is to determine if there are interested and capable Small Businesses. This is not a request for competitive proposals and will not result in a contract award. The results of the survey will aid the FAA in determining whether adequate competition exists to set aside the requirement for small businesses when the formal screening information request (SIR) for offers is prepared. The work contemplated includes key personnel in each of the following North American Industry Code Standard (NAICS): NAICS Description Size Standard 541330 Engineering Services $4.5 million 517110 Wired Telecommunications Carriers 1500 employees Small businesses with the requisite capabilities are welcomed to submit responses if they qualify under either NAICS size standard. The FAA estimates that there will be a need for Air-to-Ground and Telecommunications Support Services for the next 5 years and anticipates awarding a single, Indefinite Delivery/Indefinite Quantity contract on or about August 1, 2007. Interested companies are required to provide: ??? Completed Business Declaration Form, Attached ??? Submit an original and three copies of the following: 1. Staffing Plan - no more than 3 pages How will your firm be able to provide qualified personnel to fill the Senior Engineer, Systems Engineer, Telecommunications Networking Specialist I & II and the Project Management Support/Technical Writer positions by the proposed August 1, 2007 contract start date? Will contractor personnel be supplied by your firm's currently-available employees or via sub-contractor arrangements? If both, please describe the details of your approach to meeting the staffing requirements for the initial delivery order. Describe how your firm plans to backfill positions with qualified personnel in the event that a position is vacated or when a new program is added and other positions, such as the Senior Software Specialist, Ground Communication Specialist I or II, Technician, Information Systems Security Specialist, Engineer I or Engineer II are required? One of the Key Personnel, the Systems Engineer, must have a top-secret clearance and the ability to obtain a special Sensitive Compartmented Information (SCI) Access? The position must also meet the travel requirements described in paragraph 3.0 Travel. Explain how your firm will accomplish these requirements for this position. 2. Corporate experience - 4 pages or less For each of the tasks described in Paragraph 4.0, Required Tasks, give a description of your corporate prime experience (working as either a prime or as a subcontractor) in providing service that are identical or similar to Tasks 1 - 7. The experience should include the name of the Government agency or commercial entity for which the work was performed, start and end date of work, dollar value, point of contact and phone number for customer organization familiar with the technical performance of your work on the project. 3. Contract transition/subcontractor management plan A one-page description of how your company will be able to accomplish the work and transition of existing contract in a seamless manner. If you plan to work with a teaming partner or sub-contractor, also include a description of how you will manage their work. Submission of items requested is due no later than 2 pm, local time, May 15, 2007, addressed to: Federal Aviation Administration William J. Hughes Technical Center Engineering Services Acquisition Sub-Team (AJP-7551) Attn: Phyliss Schlegel Atlantic City International Airport, NJ 08405 The FAA is not liable for costs associated with the preparation and submittal of responses to this announcement. Brochures alone will not be considered sufficient documentation for demonstration of capabilities. Responses will not be returned. No telephone inquiries and no e-mail submissions will be accepted. This is a sources sought announcement so NO SIR exists; please do not request one. Potential sources are cautioned that further public announcements may not be made and the SIR may be released to the qualified small businesses responding to this announcement only. Questions or comments on this announcement are welcomed. Please submit by 2 pm, local time, May 2, 2007 to the Contracting Officer at: Phyliss.Schlegel@faa.gov.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5617)
 
Record
SN01288784-W 20070509/070507220454 (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.