Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
DOCUMENT

99 -- Automatic Terminal Information Service (ATIS) - Attachment

Notice Date
7/13/2016
 
Notice Type
Attachment
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
24853
 
Response Due
8/12/2016
 
Archive Date
8/12/2016
 
Point of Contact
Stephen Young, stephen.young@faa.gov, Phone: 202-267-4440
 
E-Mail Address
Click here to email Stephen Young
(stephen.young@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors along with soliciting comments from industry for the attached, draft statement of work (SOW), draft high-level specification and anticipated procurement strategy. 1. Introduction/Purpose The purpose of this Market Survey/Request for Information is to (1) inform industry of the Federal Aviation Administration ™s requirement for Automatic Terminal Information Service (ATIS) systems support for the fleet of Mobile Air Traffic Control Towers (MATCTs) and fixed Air Traffic Control Facilities (ATCTs), (2) survey the marketplace to assess the level of interest and capabilities among qualified providers of the required services as well as determine whether adequate competition exists to set-aside the competition among small business and (3) utilize inputs from the Market Survey to finalize the acquisition strategy. 2. Description of the Required Services This is anticipated to be an Indefinite Quantity Indefinite Delivery (IDIQ) Contract with a base period of performance of one (1) year and four (4) one-year, option periods. The FAA has a requirement for Automatic Terminal Information Service (ATIS) systems for the FAA's fleet of Mobile Air Traffic Control Towers (MATCTs) and fixed Air Traffic Control Facilities (ATCTs). ATIS provides current, routine, non-control information to arriving and departing aircraft by means of continuous and repetitive broadcasts throughout the day or a specified portion of the day. Supporting this service is the ATIS equipment which is an automatic announcement device designed to record a message and continuously apply it to a transmitter for ground-to-air communications. The set is installed in ATCTs and is used to record and play back routine information normally given to aircraft pilots by ATCT controllers in accordance with the attached draft SOW and draft high-level specification. Examples of this routine information include weather conditions, runway conditions, approach or departure information, and other items of interest to aircraft pilots entering or leaving the terminal environment. MATCTs may be deployed throughout the United States and its territories; individual contract task orders awarded under the IDIQ will provide the exact delivery location for each unit. The contractor must have the ability to deliver an initial order of four (4) ATIS system units three (3) months after contract award, and an additional two (2) units every three (3) months thereafter, up to a maximum of twenty-five (25) units. Any vendor that believes it can provide these services is invited to submit a capability statement addressing its abilities to meet all of the requirements identified below and in the attached draft high-level specification document. In order to make this determination, the FAA requires the following information from interested businesses. CAPABILITY STATEMENT: All responders must provide a Capability Statement that addresses each of the following capabilities that are of concern to the FAA. These topics are to be addressed in the order presented below. a. Provide a brief description of your company's expertise and qualifications for providing and installing Automatic Terminal Information Service (ATIS) systems. Address whether the effort(s) were part of a teaming arrangement and provide the name of the teammate. b. List experience as a prime contractor administering Government contracts that are similar in size, scope and complexity to this effort. c. Identify product(s) meeting the attached draft specification. For identified product(s), provide what percentage of the system is manufactured/assembled in the United States. d. Provide a description of capabilities to meet the requirements of the market survey statement of work. e. Provide delivery capabilities to include estimates of manufacturing and delivery schedules from the date of receipt of an order. f. Identify commercial and Government sales history that are similar in size, scope and complexity to this effort, including dates, customers and quantities (including contract number and agency/organization). g. Identify capabilities to provide warranties and refurbish ATIS systems. h. Describe the impact in terms of rack space required, power, and cooling, and adding additional interfaces and capabilities to the proposed system such as śhot backup ť and/or D-ATIS. i. Identify the documentation provided with products like or similar to those detailed in the Draft Market Survey Specification. Include the number of pages and an assessment of the complexity of the documents. 3.North American Industry Classification System (NAICS) Code The NAICS code for this procurement has not yet been finalized; however, the predominant effort is 48811. The small business size standard for this code is $32.5 million. The final NAICS code will be included in the Security Officers SIR. 4. Nature of Competition The nature of the competition has not been determined at this time. The FAA will assess the responses to this market survey and will make acquisition decisions based on those responses. The FAA may decide to conduct a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The FAA encourages the use of the FAA Mentor-ProtĂ©gĂ© Program for this requirement. Information on the FAA Mentor-ProtĂ©gĂ© Program can be found on the FAA Small Business website at www.sbo.faa.gov, Contracting with FAA selection. 5. Incumbent Contractor N/A 6. General This market survey is only for the purpose of identifying potential sources. No SIR/RFP exists; therefore, do not request a copy of the SIR/RFP. The FAA will not accept unsolicited proposals. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a market survey announcement, no evaluation letters and/or results will be issued to the respondents. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities (FAACO) web page. It is the Contractor ™s responsibility to monitor this site for the release of the solicitation. 7. Questions and Comments Submit any questions or comments, which must be limited to aspects of this announcement that affect the preparation of the Market Survey/RFI responses, through email to Ryan Thompson at ryan.thompson@faa.gov or Stephen Young at stephen.young@faa.gov NO LATER THAN July 29, 2016. 8. Submittal Requirements for Market Survey/RFI In order to make this determination and to be considered responsive, the FAA requires the following information from interested vendors: a. Capability Statement (as defined above). b. Completed Business Declaration Form (Attachment F). Interested SDVOSB companies self-certify their status on the Business Declaration Form and do not provide SBA Certification Forms for this status. However, if the FAA later decides issue a solicitation and make an award to a SDVOSB, the company must be listed as a SDVOSB on the Veteran Affairs website to be eligible for award. c. Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable). 9. Market Survey/RFI Responses Submission Instructions Interested businesses are to provide capability statements on company letterhead and limited to a total of ten (10) pages (using 12 point Times New Roman font, 11 ťx 8 ˝ ť paper, and 1-inch page margins), excluding the Business Declaration. All responses (one per company) must be submitted via email to Ryan Thompson (ryan.thompson@faa.gov)and Stephen Young (stephen.young@faa.gov) in *.doc, *.docx, or *.pdf format. No other form of submission will be accepted. RESPONSES ARE DUE BY 5:00PM EDT ON August 12, 2016. Attachments: a.Draft Statement of Work b.Draft High- Level Specification c.Business Declaration Form (End of Announcement) 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/24853 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/24853/listing.html)
 
Document(s)
Attachment
 
File Name: ATIS - SOW 07.13.2016 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/67168)
Link: https://faaco.faa.gov/index.cfm/attachment/download/67168

 
File Name: ATIS System Attachment J-1 High-level Specs 06.22.2016 AA edits (docx) (https://faaco.faa.gov/index.cfm/attachment/download/67169)
Link: https://faaco.faa.gov/index.cfm/attachment/download/67169

 
File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/67170)
Link: https://faaco.faa.gov/index.cfm/attachment/download/67170

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04180545-W 20160715/160713234344-00ae17a5de3ca3d65ab01835f0c943d1 (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.