Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2021 SAM #7139
SOURCES SOUGHT

99 -- Workforce Management Toolset

Notice Date
6/16/2021 7:43:30 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
WORKTOOLSET11
 
Response Due
7/13/2021 9:00:00 AM
 
Archive Date
07/28/2021
 
Point of Contact
Francisco Felix
 
E-Mail Address
francisco.felix@faa.gov
(francisco.felix@faa.gov)
 
Description
1.� Introduction/Purpose Within many groups at the FAA, efficient scheduling of resources is critical.� For example: Air Traffic Controller scheduling: �Requires detailed analysis of anticipated air-traffic-driven requirements, work rules and fatigue rules.� Unexpected changes caused by weather, sickness, mandatory Controller training, and other factors must be accommodated. � Technical Operations:� Scheduling employees who perform preventive and corrective maintenance while maintaining training requirements for over 230 different equipment types with over 2,000 configurations is a challenge.� Academy Training:� Based on changing demands for training courses, the Academy must develop and maintain scheduling for the proper amounts and types of courses and labs while providing technically qualified instructors. All of these groups work under complex and comprehensive Collective Bargaining Agreements and fatigue rules, which need to be considered in the scheduling algorithm.� To address these challenges, the FAA has taken measures to improve scheduling efficiency in these areas through the acquisition of a resource-scheduling tool (ST). The ST program began as an air traffic controller scheduling initiative with the goal of the procurement of software capable of generating best-fit schedules and ultimately providing a more efficient way to address controller staffing, while maintaining safety.� The ST focuses on: schedule, operations, and resource management; performance measurement, and training, thus addressing the need for common data, common terms, and mutually understood business intelligence. Key features include the following: Automate workforce related tasks (e.g., creation of schedules), ������������������ ����������� Decrease administrative overhead; Increase operational efficiency; ������������������������������� Optimize human resources deployment (demand/supply optimization), ����� ����������� Enhance management accountability, Increase employee satisfaction. Ability to interface with other FAA systems and processes to assist determination of workforce size requirements (staffing standards) under optimal conditions. The FAA issues this market Survey as part of its acquisition planning for a follow-on contract.� The FAA anticipates the follow-on contract to be at least five (5) years in duration, 2.� Incumbent Contractor Contractor Dassault Systems Americas Corp. (formally Quintiq Inc.) Contractor�s City, State Waltham, MA. Contract number 693KA9-20-C-00003 3.� Nature of Competition The purpose of this market survey is to solicit statements of interest and capabilities from sources that can provide the required services described in the attached Statement of Work (SOW).� The attached SOW reflects the requirements as originally contracted for under the current contract (see incumbent information above).� Since the contract award in 2010, the incumbent contractor has deployed its system. The FAA is now interested in potential replacement systems, given that such technology has evolved since 2010.� Responses to this market survey will be used to finalize the FAA's acquisition strategy for the planned follow-on requirement.� 4.� Standard Language The FAA is releasing this public announcement in accordance with the FAA Acquisition Management System Policy Section 3.2.1.2.1, Market Analysis.� Respondents to this Market Survey Announcement are advised that � This is not a Screening Information Request or Request for Proposals of any kind; 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 the market survey; Any costs associated with the market survey submittal is solely at the interested vendor�s expense; and All vendors responding to this Market Survey are responsible for ensuring that documents submitted contain appropriate proprietary markings, as applicable. 5. North American Industry Classification System (NAICS) Code NAICS Code 541512 - Computer Systems Design Services ($30.0M) 6.� Submittal Requirements for Market Survey Interested parties shall submit the following items in response to this Market Survey: A �Letter of Transmittal (one (1) page), which includes the Company�s: Name, and point of contact information (name, position, telephone number, fax number, company�s mailing address, and company�s URL); Business size, type, and any socio-economic status; and Recommended NAICS code(s) for this requirement. A narrative (Limited to ten (10) pages) describing the following: Your capability to perform the work as described in the attached SOW; Technical features of your workforce planning tool suite to meet the key requirements listed in the Introduction/Purpose; Your experience in selling this product to organizations of a compatible size to the FAA�s requirement that may include installation in over 15,000 PCs; Your approach to implement a federal IT project and transition of this size; The quality of technical support personnel, quality of processes, etc.; Your approach to determining complex optimization algorithms based on varying supply and demand scenarios A discussion regarding your customary software development and maintenance pricing approach.� Recommendations, if any, related to changes to the content and scope of the SOW, to include descriptions of those changes and an explanation of their relevance; Recommendations, if any, related to topics that have not been addressed in the SOW or other areas of this Market Survey. 7.� Delivery of Submittals Interested vendors must submit their responses to this market survey to ensure receipt by the Government, no later than 2:00 PM ET, July 6, 2021.� �All market survey responses must be submitted in electronic format to the Contracting Officer, via email to: Francisco.Felix@faa.gov. �Please include the title of this Market Survey in the subject line of your e-mail submission. The Government will not accept any telephone calls.� There is no question and answer period for this market survey. Electronic submissions should be in either Microsoft Word (Arial font, size 12), or pdf format, as applicable. Also, please be advised that the FAA e-mail server restricts file size to 10 MB; therefore, interested vendors may need to consider submitting their responses in more than one e-mail, in order to ensure timely receipt by the Government. 8.� Attachments Draft Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/700d77186c96481dbeef837ee32d74d8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06034318-F 20210618/210616230125 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.