Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2010 FBO #3322
SOURCES SOUGHT

99 -- UNIFIED CONTRACTING SYSTEM (UCS) INTEGRATION SERVICES SUPPORT

Notice Date
12/27/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-48 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-11-R-00005
 
Response Due
2/1/2011
 
Archive Date
2/16/2011
 
Point of Contact
John Gamble, 202-267-4008
 
E-Mail Address
john.gamble@faa.gov
(john.gamble@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration's Systems Operations Programs Office has a requirement for Business Process Management Suite (BPMS) integration services and support for the implementation of the FAA's Unified Contracting System (UCS). This Screening Information Request (SIR) is issued with the intention of obtaining competitive proposals from companies who qualify. The applicable NAICS Code for this requirement is as follows: 541512: Other Management Consulting Services (Computer systems integration design consulting services) Pursuant to FAA AMS Clause 3.3.1-10, Availability of Funds, this SIR is issued on a "Subject to the Availability of Funds Basis". The actual budget picture for this requirement has yet to be solidified for Fiscal Year 2011 and beyond. Scope of Work Contractor resources are required to provide Business Process Management Suite (BPMS) integration services and support for the FAA's Unified Contracting System (UCS). The Statement of Work (SOW) is included at Section C of the SIR. The FAA is planning to award an Indefinite Delivery, Indefinite Quantity (IDIQ), Time and Materials (T&M) contract under which these services are to be purchased via task orders. Excluded CompaniesThe FAA received assistance from Optimal Solutions and Technologies Incorporated (OST, Inc.) of Washington, DC in the preparation of solicitation documents and in the procurement planning process. Therefore pursuant to AMS 3.1.7-1, Exclusion from Future Agency Contracts, OST, Inc. is excluded from participating in this solicitation. Anticipated SIR Process The FAA is planning a two-phase process for selecting a contractor to perform the required services. In response to this SIR, offerors are required to submit a narrative describing their relevant past experience as it relates to providing services of a similar size and complexity for similar requirements. Offerors are also required to address the following: -Completed Business Declaration Form; -Financial Responsibility Issues; and -Company Quality Management Certifications (See Section C). In Phase One, Relevant Past Experience and Past Performance Evaluation, the FAA will evaluate each offeror's Relevant Past Experience and Past Performance. As a result of this evaluation, the FAA will down-select the top five (5) most qualified offerors. Only the proposals of the down-selected offerors will be evaluated in Phase Two, Technical/Management Approach Evaluation and Price/Cost Evaluation. Based on the results of the SIR response, evaluation and review, the Government reserves the right to invite more than or less than five (5) offerors to participate in Phase 2 of this solicitation. The FAA reserves the right to use the scores that result from the Phase 1 Evaluation (related to the offerors' disclosed relevant experience) as part of the overall evaluation and selection process (during the evaluation of Phase 2). The evaluated scores of the Relevant Past Experience may be used to "weight" the Past Performance Survey feedback provided by the offerors' customers during the Phase 2 evaluation process. As part of the Phase 2 evaluation, offerors will be required to have the four (4) customers cited on the "Previous Contracts List" submit completed Past Performance Questionnaires/Surveys. All interested sources are referred to the attached SIR/RFO and attachments. All responses to this SIR/RFO must be submitted to the attention of John Gamble, and reference the solicitation number DTFAWA-11-R-00005, at the following address: Federal Aviation AdministrationBuilding 10A, Room 406800 Independence Avenue, S.W.Washington, D.C. 20591 The date and time for receipt of responses is 3:00 p.m., Eastern Time, January 27, 2011 (facsimile and email responses are not permitted). Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals for Submittals. Proposal submissions must be in accordance with Section L of the SIR/RFO. If all requested information is not furnished, the vendor's response may be determined unacceptable. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. Questions regarding this SIR/RFO must be submitted via email only to John Gamble, Contracting Officer, at john.gamble@faa.gov., with courtesy copy to Christopher Saunders, Contract Specialist, at christopher.saunders@faa.gov. In order to finalize responses to questions and provide to offerors prior to submission of proposals, questions will no longer be accepted after close of business January 14, 2011, 3:00 p.m. Eastern Time. The FAA will send responses to the questions by the close of business on January 20, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-11-R-00005/listing.html)
 
Record
SN02350966-W 20101229/101227233619-b8cd55d2b350b83b4809ff7e54ab9b8f (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.