Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2016 FBO #5423
DOCUMENT

R -- Aeronautical Information Services (AIS) Production Workflow System (APWS) - Attachment

Notice Date
9/26/2016
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-330 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
DTFAWA-16-R-00038
 
Response Due
10/26/2016
 
Archive Date
10/26/2016
 
Point of Contact
William Willenbring, bill.willenbring@faa.gov, Phone: 202-267-7914
 
E-Mail Address
Click here to email William Willenbring
(bill.willenbring@faa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.2.3.1.2.1 “ the purpose of this SIR is to obtain information, which will ultimately allow the FAA to identify an Offeror that provides the best value, make a selection decision and award a contract. The current flight procedure tracking system utilized by Mission Support Services (MSS) AIS group is the Automated Procedures Tracking System (APTS). APTS was developed over ten (10) years ago using Java and the commercial off the shelf (COTS) Oracle Workflow product. The application enabled AIS to implement their quality-controlled process for instrument flight procedure (IFP) development, tracking work from initial request through publication of the procedure on a specified chart date. The APTS tool is heavily integrated with aeronautical authoritative data sources. These authoritative data sources are managed by applications (e.g. SIAP, FIX) used by AIS. When a user wants to modify these data for their project, the various authoritative sources query APTS to determine if the user is authorized (e.g. owns the work, the work is at the correct step in the process) to make the changes. This singular point of control ensures that all authoritative sources operate the same way across the enterprise and that the data is tightly controlled, limiting changes that may unknowingly break other flight procedures projects that use the same data. The APWS is a planned technical refresh to modernize the existing APTS application. This is a software and integration effort that will meet the requirements and needs of Mission Support Services as they track their ISO process for IFP development. The APWS application will: 1.Provide a single, unified view for tracking IFP development from request through publication; 2.Interface with the existing applications, both internal and external to the Instrument Flight Procedures Automation (IFPA) application suite; and 3.Integrate with authoritative data sources. The Contractor must perform software engineering tasks for the development, evaluation, support, and maintenance of all software and associated documentation that include analysis, design, development, change implementation, and system test and evaluation. The following general task area descriptions are indicative of the work required in order to provide systems engineering support. The ordering of the task descriptions should not be viewed as a prioritization of the Contractor support requirements. The contract will be awarded on a tiered competitive basis. Tier 1 will be conducted as an 8(a) set-aside. If there are sufficient 8(a) responses to conduct a competitive procurement the FAA intends to award a single contract resulting from this Screening Information Request (SIR). Tier 2 will be conducted as a small business set-aside. If there are sufficient small business responses to conduct a competitive procurement the FAA intends to award a single contract resulting from this SIR. Tier 3 will be conducted as a full and open competition. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 541511, Software analysis and design services, custom computer with a size standard of $27.5 Million. The Offeror's completed proposal must be submitted no later than 2:00 P.M. local time on October 26, 2016 following the instructions in the attached SIR. Prospective offerors are hereby on notice that any amendment(s) issued to this solicitation will be published at http://faaco.faa.gov. It is the Offerors' responsibility to visit this website frequently for updates on this procurement. If an amendment is issued and the offeror does not acknowledge it, the offeror may be considered non-responsive to the solicitation. All amendments must be acknowledged.. The FAA will not be liable for any costs associated with the preparation of responses to the SIR, nor reimburse or otherwise pay any costs incurred by any party responding to this 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/25616 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-16-R-00038/listing.html)
 
Document(s)
Attachment
 
File Name: Section B - Supplies or Services and Prices_Cost (doc) (https://faaco.faa.gov/index.cfm/attachment/download/70360)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70360

 
File Name: Section K - Representations, Certification and Other Statements of Offerors (docx) (https://faaco.faa.gov/index.cfm/attachment/download/70370)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70370

 
File Name: Section C (docx) (https://faaco.faa.gov/index.cfm/attachment/download/70361)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70361

 
File Name: Section D (doc) (https://faaco.faa.gov/index.cfm/attachment/download/70362)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70362

 
File Name: Section E-Inspection and Acceptance (doc) (https://faaco.faa.gov/index.cfm/attachment/download/70363)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70363

 
File Name: Section L - Instructions, Conditions, and Notices to Offerors (docx) (https://faaco.faa.gov/index.cfm/attachment/download/70371)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70371

 
File Name: Section M - Evaluation Factors for Award (docx) (https://faaco.faa.gov/index.cfm/attachment/download/70372)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70372

 
File Name: Section J - Attachments (zip) (https://faaco.faa.gov/index.cfm/attachment/download/70368)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70368

 
File Name: DTFAWA-16-R-00038, Schedule A (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/70359)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70359

 
File Name: Attachment J-15a AWPS - CDRLs and DIDs (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/70369)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70369

 
File Name: Section F-Deliveries and Performance (doc) (https://faaco.faa.gov/index.cfm/attachment/download/70364)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70364

 
File Name: Section G-Contract Administration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/70365)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70365

 
File Name: Section H-Special Requirements (doc) (https://faaco.faa.gov/index.cfm/attachment/download/70366)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70366

 
File Name: Section I-Contract Clauses (doc) (https://faaco.faa.gov/index.cfm/attachment/download/70367)
Link: https://faaco.faa.gov/index.cfm/attachment/download/70367

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04288442-W 20160928/160926235434-b8e7720e4017571052d0c58d60b1af27 (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.