Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
DOCUMENT

R -- SIR/RFO: NAS Engineering Support Services - Attachment

Notice Date
3/6/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-812 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
DTFAAC-17-R-00106
 
Response Due
3/10/2017
 
Archive Date
3/10/2017
 
Point of Contact
Kathleen Islas, kathleen.d.islas@faa.gov, Phone: 405-954-8534
 
E-Mail Address
Click here to email Kathleen Islas
(kathleen.d.islas@faa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SIR/RFO - PART 1 AMENDMENT A002 IS ISSUED FOR THIS SIR/RFO. THIS AMENDMENT SERVES TO RE-OPEN THIS SIR/RFO UNTIL 12:00 PM CENTRAL/OKLAHOMA TIME, FRIDAY MARCH 10, 2017 FOR PART 1 SUBMISSIONS. PLEASE REVIEW THE ATTACHED PART 1 AMENDMENT FOR DETAILED UPDATES. CONTACT FOR QUESTIONS/CLARIFICATIONS IS THE CO, KATHLEEN ISLAS (405) 954-8534. AMENDMENT A001 IS ISSUED FOR THIS SIR/RFO. Vendors are highly encouraged to review the recent amendment and attachments for details regarding this amendment (A001) THIS POSTING IS BEST VIEWED AT, HTTPS://FAACO.FAA.GOV, KEYWORD: NAS Engineering The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), NAS Engineering Group (AJW-14), Oklahoma City, OK has a follow on requirement to provide second-level engineering support services that directly affects the safety of the flying public. This group is primarily based in Oklahoma City, OK at the Mike Monroney Aeronautical Center (MMAC) and the National Weather Service s Radar Operation Center (ROC) in Norman, OK. This requirement includes, however not limited to, the acquisition for a wide variety of appropriately skilled engineering, technical, and administration support personnel to perform hardware and software engineering services involved in the acquisition, restoration, maintenance, and modification of ground-based NAS equipment throughout the United States and overseas. Services shall be required to perform tasks in support of power, navigational aids, communications, surveillance, weather systems and applicable administrative functions as further defined in the Statement of Work (Attached) with minimal assistance from FAA personnel. The Government seeks to award a single, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes a mix of Time and Material/Labor Hour (T&M/LH); Firm Fixed Priced (FFP); and Cost Reimbursable line items. The contract s period of performance to include base and all option periods is a 9-month base ordering period with six (6) one-year option periods. This contract will also incorporate a 30-day transition period prior to the start of the base contract period. Options will be priced and evaluated for award purposes as a part of the offeror's proposal in accordance with AMS 3.2.4-31 (April 1996). This acquisition is set-aside exclusively for competitive award among nation-wide Socially and Economically Disadvantaged Businesses (SEDB)/8(a) that are expressly certified by the Small Business Administration (SBA) for participation in the SBA s 8(a) program. To be considered the vendor must be classified as a small business under the North American Industry Classification System (NAICS) code 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons), with a size standard of $38.5M. The Government will require that 100% of the work is performed by the prime contractor without sub-contracting or teaming with other contractors for the contemplated follow on award for these services UNLESS those teaming arrangements have been certified as a single entity by the Small Business Administration for participation in the SBA s 8(a) program. Contract history and market research shows that multiple 8(a) firms have capability to perform 100% of the work requirement. Two-Part Proposal and Down-Select Evaluation Process (ref Section L.1 in attached SIR/RFO) The FAA will conduct a 2-Part proposal, down select evaluation process consisting of a total of seven (7) technical evaluation factors; a cost/price analysis; and overall risk assessment. Pursuant to the Technical Evaluation Plan for this requirement, parts 1 and 2 will involve technical evaluation in several areas to permit the FAA to select an offer that represents the overall best value to the FAA in accordance with the terms and conditions of this SIR/RFO. Part 1 will entail an evaluation of technical evaluation factors 1 - 3 only and establish an offeror s eligibility to be considered for evaluation under Part 2. Offerors proposals determined acceptable for factors 1 3 are considered eligible to move forward to part 2 for evaluation under the remaining technical evaluation factors 4-7; price analysis; and overall risk assessment. The North American Industry Classification System (NAICS) code and size effort applicable to this requirement: NAICS: 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons). Size Standard: $38.5 million. Vendors are encouraged to pay particular attention to Sections L of the attached SIR for specific instructions on how to prepare and submit proposals. Section M of the attached SIR provides criteria on how proposals will be evaluated. Per Section L.12 of the attached SIR/RFO; a pre-proposal conference will be held on Monday, February 06, 2017 @ 9:30 a.m. (Central/Oklahoma time) at the MMAC in the Security Command Center, Room 108. All prospective attendees should contact Kathleen Islas, Contracting Officer, (405) 954-8534, kathleen.d.islas@faa.gov, prior to 2:00 p.m. Thursday, February 02, 2017. Attendees should enter the Aeronautical Center s main west entrance gate on South Regina Ave. and proceed to the Security Command Center just inside this entrance. Due to limited space in the meeting area, A MAXIMUM OF 2 ATTENDEES PER VENDOR IS ALLOWED. Per Section L.13 of the attached SIR/RFO; all questions regarding this project for PART 1 (Factors 1 3) shall be submitted no later than 4:00 p.m. (Central/Oklahoma time) Thursday, February 2, 2017. All questions for PART 2 (Factors 4 7) shall be submitted no later than 4:00 p.m. (Central/Oklahoma time) Friday, March 3, 2017. Questions must be received in writing by the contracting officer, Kathleen D. Islas, kathleen.d.islas@faa.gov. Responses to questions will be provided to all offerors as an amendment with an updated attachment to this announcement prior to the due date for receipt of Part 1 and 2 proposals respectively. Contractors must be registered with the System for Award Management, www.sam.gov, on the date established for receipt of offers. Reference to AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. In addition, offerors must complete and return the attached Business Declaration Form (Section J, Attachment 6) with their proposals. The FAA reserves the right to review and verify each offeror s program eligibility. Electronically submitted proposals are not allowed. Proposals in electronic format are required per Sections L.8, L.10 (f), and AMS Clause 3.2.2.3-20 of the attached SIR/RFO. Per Section L.11 of the attached SIR/RFO, offeror proposals should be submitted as follows: MARK PACKAGES: Solicitation No. DTFAAC-17-R-00106 PART 1 Offer Closing Date: Friday, February 10, 2017 PART 1 Offer Closing Time: 4:00 P.M (CENTRAL/OKLAHOMA TIME) PART 2 Offer Closing Date: Tuesday, March 21, 2017 PART 2 Offer Closing Time: 4:00 P.M (CENTRAL/OKLAHOMA TIME) MAILING ADDRESS: FAA, Customer Service Desk (AAQ-800) Room 313, Multi-Purpose Building 6500 South MacArthur Blvd P.O. Box 25082 Oklahoma City OK 73125 (NOTE: For overnight mail the ZIP Code is 73169) Offerors should allow sufficient time for proposals to process through security procedures at the Aeronautical Center. Any responses received after 4:00 p.m. Central (Oklahoma) time, for the proposal closing dates noted above, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the offeror s response may be determined non-responsive and ineligible for evaluation. Potential offerors should note that the FAA reserves the right to communicate with one, some, or none of the offerors at any time during the open SIR/RFO period and throughout the evaluation process. Discussions with one offeror do not oblige the FAA to have discussions with others. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Any and all inquiries regarding this SIR/RFO shall be directed to the Contracting Officer, Kathleen Islas, kathleen.d.islas@faa.gov. The following notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individual, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. 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/26787 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-17-R-00106/listing.html)
 
Document(s)
Attachment
 
File Name: SIR-RFO DTFAAC-17-R-00106 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/76216)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76216

 
File Name: Attachment 6 - Business Declaration Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/76217)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76217

 
File Name: Attachment 4 - Past Performance Questionnaire (doc) (https://faaco.faa.gov/index.cfm/attachment/download/76218)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76218

 
File Name: Attachment 2 CDRLs A001 - A007 Status of Project Assignments (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/76219)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76219

 
File Name: A001 Attachment Pre-proposal Conference Agenda February 06 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/76212)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76212

 
File Name: DTFAAC-17-R-00106 P1-A002 March 06, 2017 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/76231)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76231

 
File Name: Attachment 5 - T&M Labor Rates CLINs X002-X003 (Build-up) (xls) (https://faaco.faa.gov/index.cfm/attachment/download/76213)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76213

 
File Name: Attachment 1 - Statement of Work (As Amended) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/76214)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76214

 
File Name: Attachment 3 - Wage Determinations 30 Aug 2016 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/76215)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76215

 
File Name: DTFAAC-17-R-00106 A001 February 8 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/76210)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76210

 
File Name: A001 Attachment Vendor Q&A Feb 06 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/76211)
Link: https://faaco.faa.gov/index.cfm/attachment/download/76211

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04424526-W 20170308/170306234800-633022a28480b6bdf8cbb60ceb216b84 (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.