Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
DOCUMENT

R -- Next Generation Air Transportation System (NextGen) Business Operations and Administrative Life Cycle Support - Attachment

Notice Date
6/10/2015
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-330 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
21223
 
Response Due
6/19/2015
 
Archive Date
6/19/2015
 
Point of Contact
Vida lee-olives, vida.lee-olives@faa.gov, Phone: 202-267-5097
 
E-Mail Address
Click here to email Vida lee-olives
(vida.lee-olives@faa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1. Introduction/Purpose The Federal Aviation Administration (FAA) has a requirement for business and administrative life-cycle support. The support is necessary to accomplish the mission, goals and objectives of the NextGen Organization. This effort is essential for improving the NextGen s day-to-day operations and in creating a collaborative environment with stakeholders and partners across the NextGen Organization. The scope of this effort includes a wide range of business, financial, clerical, and administrative support services aimed at improving the efficiency and effectiveness of FAA s NextGen Organization. Primarily, but not exclusively, services provided must focus on efforts to improve the organizational structure, business processes, plans and procedures, along with such management efforts as may be needed. The intended outcome is to establish new capabilities, a motivated workforce, and improved processes and procedures, designed to result in continuous, on-going improvements to the technical and operational performance. 2. Acquisition Landscape, Strategy, and Size There is currently an incumbent contractor for this procurement. This procurement is a service-disabled veteran-owned small business (SDVOSB) set-aside. Interested vendors must provide certification from the Veterans Administration (VA) of SDVOSB status. The FAA welcomes market survey information from all SDVOSBs. 3. Nature of Competition The acquisition strategy for this procurement has been determined to be a competition among SDVOSBs. If the FAA cannot determine if there are enough qualified vendors the strategy will be adjusted. Based on initial funding and technical requirement estimates, we anticipate awarding a single contract for one base year with four one year option periods4. Notes to Interested Parties a. This is not a Screening Information Request for Proposals of any kind; b. The FAA is not seeking or accepting unsolicited proposals; c. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; d. Any costs associated with the market survey submittal are solely at the interested vendor s expense; and e. This market survey is for information and planning purposes only and shall not be construed as a commitment by the Government. 5. North American Industry Classification System (NAICS) Code Acceptable NAICS size standard codes include but not limited to the following: Size CodeDescriptionIn Millions of Dollars 541611 Administrative Management and General Management $15.0 Consulting 541519 Other Computer Related Services$27.5 6. Market Survey Data Request In this request, vendors are invited to respond and to provide specific information about their expertise and experience in the four Task areas below. Task Area 1: Program/Project Management Support Task Area 2: Business and Financial Support Task Area 3: Administrative Support Task Area 4: Transition Support Vendors should refer to the attached DRAFT Statement of Work for further detail on the above Task Areas. In response to this market survey, please provide your company s response for the following items: 1. Capability Statement- Respond to each Task Area, fully addressing your understanding and capacity with respect to all four, but providing primary emphasis on Task Areas 2 and 3. In the context of this announcement, Understanding is defined as an ability to demonstrate clearly and concisely the company s knowledge and expertise with respect to the requirements of each Task Area. In the context of this announcement, Capacity is defined as the overall size of the company (Full Time Employees (FTE) and revenue). All aspects of your response should focus strongly on the company s demonstrated capabilities and experience providing direct, close, and in-depth support to Senior Managers and Federal Executives. A statement of capability and corporate experience must demonstrate the vendor's proficiency and qualifications in the following SOW Task Areas: 2. Corporate Experience- Describe specific current or past corporate experience relevant to each Task Area referenced above and detailed in the attached draft SOW, including at a minimum the following: A list of contracts (minimum of three) under which the company has provided these types of services in the past 5 years including the name of the contract, client, the company's staffing level on the contract (number of FTEs), contract total price or value, the company's percentage of the total staffing on the contract, and the company's role on the contract (prime or subcontractor). Number of years the company has been in business. Geographical areas where the vendor can provide the noted services without charging the government any long distance travel costs. The government plans for all work to be accomplished in the Washington DC Metropolitan area and does not intend to pay long-distance travel expenses. 3.Business Declaration Form- Provide a completed business declaration form, clearly identifying and proving that the respondent is a U.S. based company and an SDVOSB. State the size of the company, any socio-economic standing, and whether or not the company is affiliated with a parent organization. A company brochure listing capabilities is not a sufficient response any item. If any of the information submitted is considered to be proprietary or business sensitive, the submitter is responsible for marking it accordingly. Please do not to exceed five pages total (font size 10, one-inch margins, single spaced) in your response. Please provide the material in electronic form to Ms. Vida Lee- Olives by June 19, 2015. Microsoft Word, Excel, Powerpoint or Adobe Acrobat (.pdf) electronic formats are preferred. Due to FAA internal controls, your submission must not exceed 10 MB. Please do not use SecureZip in your submission. Files using SecureZip will not be opened and will be deleted. Your responses will not be rated or evaluated. Your responses are for informational purposes only. Please email your response to vida.lee-olives@faa.gov. Please contact Ms. Vida Lee-Olives by email at vida.lee-olives@faa.gov with questions. Please also provide a point of contact for our organization that we may use to request further information or clarification of your response. 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/21223 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/21223/listing.html)
 
Document(s)
Attachment
 
File Name: STATEMENT OF WORK Admin_MCRComments6-9-15 Final (doc) (https://faaco.faa.gov/index.cfm/attachment/download/54485)
Link: https://faaco.faa.gov/index.cfm/attachment/download/54485

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03759297-W 20150612/150610234926-56d6516d4430389af4ee323ce6c0f2ca (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.