SOLICITATION NOTICE
99 -- Extension of Service Operations Support (SOS) 5 & 6 and Status of Re-competition Procurements (SOS) 7 & 8 (formerly known as SOS-R)
- Notice Date
- 11/13/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), W.J. Hughes Tech Center, FEDERAL AVIATION ADMINISTRATION, AJP-7551 AJP - Technical Center (Atlantic City, NJ)
- ZIP Code
- 00000
- Solicitation Number
- 7299
- Response Due
- 12/13/2008
- Archive Date
- 12/28/2008
- Point of Contact
- AnneMarie Ternay, (609) 485-6990<br />
- Small Business Set-Aside
- N/A
- Description
- The FAA William J. Hughes Technical Center (WJHTC) intends to extend contract nos. DTFA03-03-D-00011 (SOS-5) with Client Network Services, Incorporated and DTFA03-02-D-00015 (SOS-6) with Apptis, Incorporated (previously known as Technology and Management Associates, Incorporated (TMA)) through 7/31/09 in order to allow for the receipt, evaluation, and award of the follow-on competitions. Currently, both contracts are due to expire in March 2009. The WJHTC intends to issue two competitive follow-on contracts. One will be identified as DTFACT-09-R-00007 for the follow-on to SOS-5 and will be competed a Socially and Economically Disadvantaged Business (SEDB - 8(a)) set-aside; and the other will be identified as DTFACT-09-R-00008 for the follow-on to SOS-6 and will be competed as a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for both requirements will be 541519 (Other Computer Related Services) with a size standard of $25M. The basic scope of work provided as the "draft" statement of work dated 12/20/07 with the market survey issued 12/20/07 remains unchanged. However, the attached identifies what systems will be support by which solicitation. The following schedule is proposed for DTFACT-09-R-00007 and DTFACT-09-R-00008: Screening Information Request (SIR) issuance - Early/Mid December 2008. Proposal due date - Late January 2009 It is anticipated that at least 45 calendar days will be provided for proposal submission. Both best value solicitations will be time and materials (T&M) acquisitions. Proposed evaluation criteria, identified in descending order of importance, reflect the following: Factor 1 (Program Management Plan) - 10 page limit and will include the offeror's program management approach, employee/subcontractor recruitment/retention, and employee training/educational benefits.Factor 2 (Corporate Experience/Past Performance) - 4 page limit and will include the execution of two past performance questionnaires.Factor 3 (Key Personnel) - 1 resume for Program Manager.Factor 4 (Transition Plan) - 2 page limit. Vendors are cautioned that the above proposed evaluation criterion and the previously provided scope of work is subject to revision, and that a complete review of each SIR when they are formally issued is required. No further information will be provided by this office until DTFACT-09-R-00007 and DTFACT-09-R-00008 are formally issued.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8fd1310c4158a68752afa4b122a3f7a1&tab=core&_cview=1)
- Record
- SN01704125-W 20081115/081113215059-af6898af57506f7979e34bfd7a7c2fae (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 |