Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
DOCUMENT

99 -- Future Flight Service Program (FFSP) Market Survey/Request for Information - Attachment

Notice Date
1/15/2016
 
Notice Type
Attachment
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-240 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
23394
 
Response Due
2/15/2016
 
Archive Date
2/15/2016
 
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/Request for Information (RFI) is being issued in accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1. This is a Market Survey/RFI. This is not a Screening Information Request (SIR) or Request for Offer (RFO) of any kind. Responses to this Market Survey/RFI will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this Market Survey/RFI. Any costs associated with this Market Survey/RFI submittal is solely at the interested vendor's expense. I.PURPOSE This Market Survey/RFI is a continuation in a series of announcements regarding the Future Flight Services Program (FFSP). Since 2011, the FAA has released the following announcements related to the FFSP: 1.Market Survey 11279 - Industry Survey for Future Flight Service Program (FFSP) - November 2011 2.Market Survey 11872 - Direct User Access Terminal Service (DUATS) - June 2012 3.Market Survey 12393 - Future Flight Service Program (FFSP) Market Research - FAA/Industry Communication - October 2012 4.Market Survey 14575 - Flight Service Direct (FSD) - July 2013 The purpose of this Market Survey/RFI is to: Assess market interest and capabilities to satisfy the requirements for the FFSP Solicit industry feedback on draft requirements and FAA questions Explore potential business models available to satisfy future flight service requirements Assess market interest and capability to deliver flight services via commercial delivery options over time To assist with vendor responses, the FAA is providing the following attachments: Attachment A - Draft FFS Performance Work Statement Attachment B - Draft Voice Communication System Requirements Attachment C Question/Comment Response Form The FAA is also providing the following information via vendor unique KSN Sites: Flight Service Traffic Data ICD_NADIN IRD_OASIS IRD_WMSCR NESG Users Guide Vol II External Users Rev 3 II.CURRENT DELIVERY OF FLIGHT SERVICES Currently, FAA flight services throughout the United States are delivered by a combination of the systems and contract vehicles identified below. All the contracts provide services in accordance with FAA Order JO 7110.10 Flight Services. 1.The Automated Flight Service Station (AFSS) contract (DTFAWA-05-C-00031), with Lockheed Martin Corporation, provides the full range of flight services to users in the CONUS, Hawaii and Puerto Rico. The contract provides certified Flight Service Specialists to deliver preflight, inflight and flight data services to users via telephone and radios. Lockheed Martin provides personnel, equipment and facilities to provide flight services under the AFSS contract. The FAA provides Lockheed Martin with access to and use of its air-to-ground radio and telecommunications infrastructure to facilitate inflight communications. In April 2015, the FAA announced its intent to award a single source contract extension for up to 42 months to continue AFSS services to allow time for the FFS contract award and the transition of services. 2.The Direct User Access Terminal Service (DUATS) II contracts (DTFAWA-15-C-00035 and DTFAWA-15-C-00036), with Computer Sciences Corporation (CSC) and Lockheed Martin Corporation, provides users with internet-based preflight services (self-briefings and flight plan filing) without the aid of flight service specialists. 3.The Operational and Supportability Implementation System (OASIS) II contract (DTFAWA-15-C-00006), with Harris Corporation, provides an automation system for the Alaska flight service facilities that enables FAA flight service specialists to provide weather briefing and flight planning assistance to general aviation pilots, as well as, emergency services, law enforcement support, regulatory information and other services. III.FFSP MODERNIZATION OBJECTIVES AND PLANNED ACQUISITION STRATEGY Modernization Objectives Over the past decade, emerging technologies in communications, personal computing, and mobile device capabilities have provided opportunities to deliver flight service capabilities more efficiently to stakeholders. User preferences and demands are reflected by the continuing decline in the use of human assisted-services as users take advantage of automated and enhanced technologies (e.g., integrated weather products, electronic flight bags) available through the FAA and private sector. As part of the FFSP acquisition, FAA is exploring a transformation of its role from a Provider of Flight Services to an Enabler of Flight Services over time. FAA seeks to obtain information on the feasibility of new Flight Services delivery models where Industry provides flight services through commercial delivery options. FAA envisions this transformation occurring in a phased approach that considers safety, current requirements, stakeholder acceptance and eases transition to users. FAA also seeks to establish an appropriate governance structure that ensures the quality of service delivery, meeting safety standards and would be available to all consumers. FFSP will seek to: Modernize service delivery methods through the use of a contract structure(s) that will encourage and incentivize continuous innovation, improvement, and cost reduction while providing flight services that meet or exceed efficiency and safety objectives. Continuously assess and adjust flight services based on changes in user needs and performance feedback. Leverage and integrate new technologies as they mature. Incorporate FAA Next Generation Air Transportation System (NextGen) capabilities (e.g., Common Support Services Weather (CSS-Wx), Aeronautical Information Management Modernization Segment 2 (AIMM S2) and associated data standards (Aeronautical Information Exchange Model (AIXM), Weather Information Exchange Model (WIXM), and Flight Information Exchange Model (FIXM)) as they become available. Provide a flexible, scalable, and net centric Voice Communications System (VCS) using Voice over Internet Protocol (VoIP) technology enabling communication assets to be addressable and shareable to facilitate business continuity and service delivery objectives. Incrementally enable the commercial market to provide flight services delivery options (e.g. electronic flight bags). Planned Acquisition Strategy The FAA intends to conduct a competition and award one or more contract(s). The FFS contract(s) will replace the existing AFSS and DUATS II contracts. The FAA anticipates a contract structure that allows for maximum flexibility to adapt to changing conditions to meet user needs. The FAA anticipates the following: Requiring the service provider(s) to provide all facilities, equipment, and personnel to perform preflight, in-flight, and flight data services, as defined in the draft requirements (Attachments A and B). Utilizing contract structure(s) that allow for the modification and/or phased elimination of services with associated cost adjustments over the life of the contract. Utilizing contract structure(s) to incentivize continuous improvement, the integration of new technologies, service optimization, and cost savings/sharing opportunities. Allowing for commercial revenue opportunities (e.g., advertising) if there are cost savings benefits to the Government. OASIS II (automation system only) may be incorporated in the scope of FFSP, but does not need to be considered when responding to this RFI. IV.INDUSTRY FEEDBACK To assist in the development of its acquisition strategy, the FAA is requesting feedback to the questions provided below. Vendors are encouraged to only respond to questions based upon their capabilities and interest. A response to every question is not required. Please use all of the Market Survey/RFI attachments and referenced documents for context in responding to the questions. The FAA also requests Industry comments on draft Attachments A and B and innovative solutions to satisfy the requirements. Please submit all question and comments to the FAA using the attached Question/Comment Response Form (Attachment C). Vendors must provide written responses. If the FAA determines one-on-one meetings will add value to the market research process, the FAA may elect to conduct meetings with some or all respondents at its sole discretion. Acquisition Strategy Draft future flight service requirements, excluding potential OASIS II requirements, are provided in Attachment A Draft FFS Performance Work Statement. The FAA is interested in Industry feedback to determine if including the full scope of requirements under one contract creates barriers to competition and the ability to offer innovative solutions. Industry is requested to provide responses to the following discussion topics/questions: 1.Describe your capability to satisfy the requirements identified in Attachments A and B. 2.Please discuss any major impediments/risks to achieving FFSP modernization objectives and meeting the draft requirements identified in this Market Survey/RFI. Also, discuss ways you or the FAA might address those identified areas. 3.What Government Furnished Information (GFI), Government Furnished Property (GFP), and Government Furnished Equipment (GFE) are required from FAA to enable your ability to compete for the FFS contract(s)? 4.The FAA is seeking to minimize transition cost and to minimize FAA up-front investment to the greatest extent possible. The FAA anticipates the significant transition cost drivers to be the following: Establishing a flight service workforce; Establishing facilities; Developing, integrating and testing voice communications and automation systems; and Establishing telecommunications infrastructure to connect to RCO/VOR locations and other EnRoute and Terminal facilities. Please discuss any ideas you have that would minimize transition costs and provide Rough Order of Magnitude (ROM) estimate for the transition cost and cost savings associated with the ideas. What additional GFI, GFP, and GFE would facilitate efficient transition? 5.What are the advantages and disadvantages of including the full scope of requirements under one contract as described in the Attachment A? 6.How would your programmatic and delivery options change if the requirements were split into more than one contract? 7.What business model characteristics should FAA consider to meet Future Flight Services objectives? 8.The FAA is seeking to increase automation, while continuing to deliver quality services safely and efficiently at reduced costs. What opportunities should the FAA consider to achieve these objectives? 9.What current or future NAS systems, technologies and/or data access should the FAA provide for service provider use in the performance of the Future Flight Services? How would access to these systems, technologies and/or data be used in your solution? 10.What incentive structures should the FAA consider to encourage continuous improvement and cost reduction? 11.The FAA intends to provide more information about its strategy and requirements. What additional information would assist you evaluating your interest and eventually responding to a SIR? 12.If there are other factors the FAA should consider that are not identified in the questions above, please discuss. Future Commercial Market Capabilities As part of the overall strategy for FFSP, the FAA is seeking to gain a better understanding of the future marketplace and its ability to provide commercial flight service delivery options over time. Industry is requested to provide responses to the following discussion topics/questions: 1.Please provide feedback regarding the potential commercialization of some or all of flight services. Describe any assumptions and constraints that support your feedback. 2.Describe your current and future ability and the timeframe to provide some or all flight services. FAA is interested in understanding industry capability and interest in providing any subset of the services contained in Attachment A. 3.Discuss business models you see that would enable you to deliver these services through commercial market opportunities. Discuss the timeframes to implement and any constraints that you anticipate. 4.Are there any safety impacts or constraints that must be considered based on the business models(s) or service delivery? 5.What are some of the considerations FAA should be aware of in order for your firm to make an investment decision to develop the technology/provide services? 6.What GFI, GFE, GFP are required from the FAA to realize any opportunities mentioned in your response? 7.Discuss current and future technology to enable Inflight communication other than use of the FAA s RCO network? Discuss the reliability and affordability of the technology. 8.What barriers/constraints would impede your ability to implement commercial service opportunities? V.INDUSTRY DATA REQUEST The FAA is soliciting Industry input to identify information the FAA can provide to assist respondents in responding to the FFS SIR. Industry can obtain data associated with existing flight service metrics via a FAA SharePoint site that will be provided upon request to each vendor (see Section VI below). Interested respondents should contact the Contracting Officer referenced below for a unique SharePoint site URL, user name, and password information. Please provide a list of additional information or data that would assist in responding the FFS SIR. VI.INSTRUCTIONS FOR SUBMITTALS Submissions must be submitted electronically in Microsoft Office format, Times Roman Font size 12. If submissions are posted in portable document file (PDF) format, a Microsoft Word version of the responses must also be provided. All responses to this Market Survey/RFI must be in writing. Submissions must be posted to a FAA SharePoint site that will be provided upon request from each vendor. Vendors must contact Patrick Weare (via email) to request a unique SharePoint site URL, username, and password in order to upload their submissions. Submissions must be posted to the section of each vendor s SharePoint site entitled Vendor Submittal. All submissions must be posted by 3:00 p.m. Eastern Time on February 15, 2016. Submissions must include company point(s) of contact, title(s), telephone number(s), e-mail address(es), and mailing address. Responses will not be returned. The FAA intends to utilize information provided in response to this Market Survey/RFI in finalizing its acquisition strategy. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. Please direct any inquiries regarding this Market Survey/RFI to Patrick Weare at patrick.weare@faa.gov. 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/23394 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/23394/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment A - Draft FFS Performance Work Statement (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/61390)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61390

 
File Name: Attachment B- Draft Voice Communication System Requirements (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/61391)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61391

 
File Name: Attachment C - Question/Comment Response Form (docx) (https://faaco.faa.gov/index.cfm/attachment/download/61392)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61392

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03993890-W 20160117/160115234205-0c154abd90aa98609023489d7aafc55e (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.