MODIFICATION
70 -- DAIP NOTAMS RFI - Responses to Questions
- Notice Date
- 2/21/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- FA7014-14-R-1002
- Point of Contact
- Challaine Moore, Phone: 2406126137, Sharon M Novak, Phone: 240-612-6204
- E-Mail Address
-
challaine.d.moore.civ@mail.mil, sharon.m.novak.civ@mail.mil
(challaine.d.moore.civ@mail.mil, sharon.m.novak.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Responses to Questions. DOD AERONAUTICAL INFORMATION PORTAL (DAIP) NOTICE TO AIRMEN (NOTAM) (WEB) PORTAL ADMINISTRATIVE MATTERS: This is a Sources Sought for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall be not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. POCs for Technical Matters are: Mr. James Mills, james.w.mills3.civ@mail.mil Maj Beth Jones, beth.a.jones2.mil@mail.mil Please send a courtesy copy to both: challaine.d.moore.civ@mail.mil sharon.m.novak.civ@mail.mil ***Interested eligible parties should also send the "capabilities briefing and responses to the DAIP NOTAMS Questionnaire***via email to each of the POCs listed above and any other supporting documentation that address the salient points of the requirement described below. This sources sought is being published to identify potential sources capable of providing requirements analysis, design development and maintenance for a Department of Defense (DOD) Notice to Airmen (NOTAM) (Web) Portal, the DOD Aeronautical Information Portal (DAIP). This enhancement to the current system Defense Internet NOTAM Service (DINS) will secure data services for military users for both unclassified and classified use and meet Defense Information System Agency (DISA) security standards while continuing to support Federal Aviation Administration (FAA) security requirements. Enhancements will improve business processes through utilization of modern information technologies and ensure inter-operability between other government agencies. In addition, this contract will extend the NOTAM-based information in DAIP along with an extended set of data sources such as weather information, airport data charts and flight planning capabilities. These improvements in the efficiency of decision-making also, by extension, improve aviation safety because they allow the pilot to focus on flying the plane rather than leafing through and reviewing documentation from multiple sources and in multiple forms. Description of Services: The Department of Defense (DOD) Notice to Airmen (NOTAM) system consisting of management, query, and data sharing services is provided using three separate military applications accessible through NIPRNET. It is hosted in the joint Federal Aviation Administration (FAA)/DOD National Airspace System Aeronautical Information Management Enterprise System (NAIMES) operation environment. The original Defense Internet NOTAM Service Defense Internet NOTAM Service (DINS) query capability was developed in 1998 to provide Internet query of NOTAMs. DINS Create Cancel Replace (CCR) followed in 2003 to enable DOD to manage Military NOTAMs for all military bases worldwide. The National Airspace System Integrated Web Service (NIWS) was deployed in 2006 using Web Service technology to provide system-to-system services for NOTAMs and flight plans via Extensible Markup Language (XML) and Simple Object Access Protocol (SOAP). This potential requirement will be a competitive acquisition. All interested parties shall submit a capability briefing to identify your business size in relation to this NAICS code and business status. In the event the potential vendor is a small business, the government is interested in businesses certified by the U.S. Small Business Administration (SBA) as an 8(a), Historically Underutilized Business Zone, Small Business, Woman-Owned Small Business or Service-Disabled Veteran-Owned Small Businesses capable of performing work outlined on this sources sought. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement in the draft PWS. The capability briefing shall include: a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM, at www.sam.gov) to be considered as potential sources. d) The capability briefing shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries' responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, at a minimum 12 font size, 8 ½ x 11-inch pages E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-14-R-1002/listing.html)
- Place of Performance
- Address: National Capital Region (NCR), Washington, District of Columbia, 20004, United States
- Zip Code: 20004
- Zip Code: 20004
- Record
- SN03294123-W 20140223/140221235059-d4df38eebac1342a1ddfcf64166e5618 (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 |