Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2013 FBO #4250
DOCUMENT

C -- Flight Service Direct (FSD) - Attachment

Notice Date
7/12/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-240 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
14575
 
Response Due
7/31/2013
 
Archive Date
7/31/2013
 
Point of Contact
Patrick Weare, patrick.weare@faa.gov, Phone: 202-267-5483
 
E-Mail Address
Click here to email Patrick Weare
(patrick.weare@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This market survey announcement is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) 3.2.1.2.1. This is a market survey. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submittal is solely at the interested vendor ™s expense. I. BACKGROUND The FAA has a requirement for a performance-based acquisition to replace Direct User Access Terminal Service (DUATS) with increased capability, which will be called Flight Service Direct (FSD). Under FSD, the FAA intends to provide the continued availability of accurate and consistent flight service information to support safe and efficient flight operations. The acquisition provides core services and introduces enhanced and expanded service options to better meet the needs of flight service customers. It is anticipated this acquisition will enable the establishment of a new business model that that will significantly reduce the FAA cost to deliver flight services. The FAA contemplates award of a Firm Fixed Price (FFP), Indefinite Quantity (IDIQ), Award Fee (AF) Service Level Agreement (SLA), and Time and Material or Labor Hour (T&M or L) contract with a vendor determined to be both responsible and responsive to the needs of the FAA. The FAA is contemplating a seven (7) year period of performance for this contract opportunity, which includes one (1) two-year base period and five (5) one-year options. Planned Program Milestones are as follows (All dates provided below are tentative and subject to change): SIR ReleaseDecember 2013 Contract AwardSeptember 2014 II. PURPOSE The purpose of this market survey is to: 1. Determine if qualified vendors are interested in an upcoming contract opportunity for the FSD. 2. Request industry comments on attached DRAFT FSD SIR Sections (Statement of Objectives (SOO), Description of Services (DoS), Sections B, F, H, J, L and M and attachments). 3. Solicit interested subcontractor information to make publically available to interested vendors III. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The Principal North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services. The size standard for this NAICS code is $14M. IV. INTERESTED PARTIES IN CONTRACT OPPORTUNITY All interested vendors in the contract opportunity must respond with the following: a)A written Capabilities Statement. This document must include: 1. Evidence of your companies qualifications and capabilities to provide the full scope of all required services as identified in the SOO (Attachment J-1) 2. One or two examples of past performance on engagements of similar size and scope. These examples should include the client ™s name and address, a description of the work, period of performance, type of contract, total dollar value of the contract and a point of contact name and phone number. Please limit each example to one page. 3. Expected/anticipated programmatic approach (in-house, teaming, subcontracting, joint venture, mentor-protégé etc.) - Respondents should provide their strategy for accomplishing this work, including the percentage of work that will be done by planned prime contractor as well as eligible small, service-disabled veteran-owned, and 8(a) certified subcontractors. 4. Geographical areas where your company can provide services b) A completed Business Declaration Form. c) If a small business, a copy of the firm ™s SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable). V. INDUSTRY COMMENTS ON ATTACHED DRAFT FSD SIR SECTIONS The FAA is soliciting industry comments on the attached DRAFT FSD SIR sections. The draft SIR sections included in this announcement include: 1.Sections B, F, H, J, L, and M 2.Attachment J-0: Statement of Objectives (SOO), 3.Attachment J-1: Description of Services (DoS), 4. Attachment J-2: Performance Requirements Summary/Service Level Agreements, 5. Attachment J-3a, Contract Data Requirements List, 6.Attachment J-3b, Data Item Descriptions, 7.Attachment J-4, Flight Service Metrics. The FAA also requests responses to the following questions: 1.The draft SIR sections are intended to provide a framework that enables a common core set of services and provides flexibility to introduce innovations (e.g., services offered, technical approaches, performance, business model, adjusting to technology changes, etc ¦). a) Are there areas where the FAA could offer additional flexibility? If so, provide specific areas and recommended changes? b) Does the flexibility offered introduce unnecessary cost, technical or performance risks that the FAA should mitigate? If so, provide specifics and recommended changes. c) Is there anything in the attached draft SIR sections that may impede your ability to propose your preferred solution, innovate, or meet the stated objectives in a cost effective manner? If so, describe these impediments or barriers and provide specific recommendations. 2. Does FAA Order 7220.4 place any barriers to competition? If so, how would your company overcome any limitations and/or barriers? 3. Does the requirement to respond via PowerPoint allow you to clearly and substantively convey your technical solution to the FAA? If so, is the page count sufficient? 4. Does the flexibility offered in the proposed pricing structure (Section B) and the performance incentive mechanisms (Attachment J-2) allow a technical solution and services that are consistent with your proposed business model? 5. Is the information contained in the attached draft SIR sections sufficient to allow you to propose a detailed Performance Work Statement (PWS)? If additional information is required, please provide specific examples and recommended changes. 6. Does Attachment J-1 Description of Services impede, enhance, or impact your proposed technical solution or business model in any way? If so, how and what specific changes would you recommend? Interested parties are encouraged to review the attached DRAFT FSD SIR sections. Interested parties must the attached comment matrix for their response. All comments will be considered by the FAA for incorporation into the FINAL SIR. VI. INTERESTED SUBCONTRACTORS For those companies interested in participating as potential subcontractors for this requirement, the FAA will publish a list of interested subcontractors with Point of Contact information. If your company is interested in having their name and information on this list, please state interest as a subcontractor and respond with the following information: a)Name of Company b)Name of Individual to Contact c)Area of Expertise d)Street Address for Company e)Email address for contact person VII. RESPONSE REQUIRMENTS Questions and responses to this market survey must be submitted to: Patrick Weare Contracting Officer, AAQ-240 800 Independence Ave., SW Room 406 Washington, DC 20591 Email: patrick.weare@faa.gov Phone: 202-267-5483 VIII. INSTRUCTIONS FOR SUBMITTALS Submissions must be submitted electronically in either Microsoft Office format, Times Roman Font size 11, or in portable document file (PDF) format. All responses to this Market Survey must be in typewritten, on company letterhead, and must be in full compliance with the required information outlined above. Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses must not be more than 10MB in size. Submissions can be e-mailed to: patrick.weare@faa.gov All submissions must be received by 5:00 p.m. Eastern Time on July 31, 2013. Submissions must include company point(s) of contact, telephone number(s), FAX number(s), e-mail address (es) and mailing address. Responses will not be returned. The FAA reserves the right to answer some, all, or none of the submissions provided in response to this announcement. The FAA additionally reserves the right to provide responses publicly or privately to those making the submission. The FAA does not plan to conduct face-to-face meetings as part of this market analysis. Therefore, interested parties are advised to respond to this announcement and to respond with complete and thorough information. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/14575 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/14575/listing.html)
 
Document(s)
Attachment
 
File Name: Draft Section L (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32189)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32189

 
File Name: Business Declaration Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/32188)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32188

 
File Name: Attachment J-4 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32187)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32187

 
File Name: Draft Attachment J-3b (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32186)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32186

 
File Name: Draft Attachment J-2 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32184)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32184

 
File Name: Draft Section M (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32190)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32190

 
File Name: Draft Attachment J-3a (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32185)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32185

 
File Name: FSD Draft SIR Industry Comment Matrix (doc) (https://faaco.faa.gov/index.cfm/attachment/download/32191)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32191

 
File Name: Draft Section B (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32192)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32192

 
File Name: Draft Attachment J-1 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32183)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32183

 
File Name: Draft Section F (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32193)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32193

 
File Name: Draft Section H (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32194)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32194

 
File Name: Draft Section J (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32195)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32195

 
File Name: Draft Attachment J-0 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/32196)
Link: https://faaco.faa.gov/index.cfm/attachment/download/32196

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03115218-W 20130714/130712234706-dbf5dda046a59139c1985155d96dd2a5 (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.