SOLICITATION NOTICE
R -- Corporate Work Plan Program Management and IT Services
- Notice Date
- 8/29/2022 10:12:49 AM
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FAA WILLIAM J HUGHES TECHNICAL CENT ATLANTIC CITY NJ 08405 USA
- ZIP Code
- 08405
- Solicitation Number
- 692M15-22-R-00006
- Response Due
- 9/12/2022 2:00:00 PM
- Archive Date
- 09/30/2022
- Point of Contact
- Kevin Smith, Phone: 609-485-4574, Daniel Farrell, Phone: 6094854081
- E-Mail Address
-
kevin.p.smith@faa.gov, Daniel.Farrell@faa.gov
(kevin.p.smith@faa.gov, Daniel.Farrell@faa.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- THIS MARKET SURVEY IS AN UPDATE TO THE ANNOUNCEMENT THAT WAS POSTED ON JANUARY 21, 2022.� INTERESTED PARTIES ARE ENCOURAGED TO REVIEW REQUIREMENTS FROM THIS ANNOUNCEMENT AND ANY ATTACHMENTS, AS APPLICABLE, CAREFULLY BEFORE SUBMITTING ANY CAPABILITIES STATEMENTS.� THIS IS NOT A FORMAL REQUEST FOR PROPOSALS.� NO AWARDS WILL BE MADE BASED ON SUBMITTALS TO THIS POSTING.�� MARKET SURVEY ANNOUNCEMENT Corporate Work Plan Program Management and IT Services 1.� Introduction/Purpose INTRODUCTION/PURPOSE The Federal Aviation Administration (FAA) is conducting market research to help determine industry interest and capabilities as well help develop and refine the procurement strategy, determine the level of competition, identify market practices, and obtain comments on requirements.� The FAA�s Capital Budget Systems Branch (ABP-330) has a requirement for Corporate Work Plan (CWP) Program Management and IT Support Services. BACKGROUND ABP-330, within the Office of Budget and Programs (ABP-1), is responsible for the overall management of ABP-330 systems to include the CWP, Regional Information System (REGIS), Oracle Business Intelligence Wide Accounting Network (OBIWAN), Simplified Program Information Reporting & Evaluation Tool (SPIRE), and Staffing and Payroll System (SAPS). Technical oversight of ABP-330�s hardware and software is provided by the Office of Information and Technology (AIT). ABP-330 provides overall program direction, coordinates requirements and specifications with users, assigns development priorities, publishes manuals, provides user training, and establishes and administers contracts to provide software and hardware to support the program. ABP-330 requires technical support with various operating system(s), including, but not limited to: the ability to perform both Oracle and operating system performance monitoring and make necessary adjustments; providing strategic� database direction for various business organizations; knowledge of all Oracle tools which support ABP-330; sound knowledge of ABP-330 custom applications; and knowledge of all IT functions, as Operations and Maintenance (O&M) responsibility includes recommendations impacting database design, database implementation, backup, and recovery. Background in ABP-330�s applications business processes and an understanding of the technical support required is critical to maintaining ABP-330 applications and ensure success of this highly complex and interdependent program, its processes and tools. ABP-330�s systems include but are not limited to, CWP, REGIS, OBIWAN, SPIRE, and SAPS. OBJECTIVES The objectives of this effort are as follows: Provide a variety of current and future Business Program and Project Management Support to ABP-330; Provide IT support to all environments developed, operated and maintained by ABP-330 that is defined in attachment J, including new and emerging technologies which will evolve over the life of the support contract, and Perform Lifecycle Support of Oracle tools, Commercial off the Shelf (COTS) tools, and custom tool s associated with the execution of ABP-330 systems. The attached draft statement of work provides business program management, project management, and information technology (IT) support services to the ABP-330 in the operation and maintenance of ABP-330 systems. LOCATION OF WORK (ANTICIPATED) The place of performance must be at the Contractor�s facility except for on-site support and meetings at Federal Aviation Administration Headquarters, 800 Independence Avenue S.W., Washington, DC 20591. PERIOD OF PERFORMANCE (ANTICIPATED) It is anticipated that the period of performance of this future action would be 5 years. 2.� Incumbent Contractor (if applicable) This requirement is currently being performed by Rigil Corporation, Washington D.C., under contract 692M15-18-D-00006. 3.� Nature of Competition The acquisition strategy for the procurement is anticipated to be set-aside under the 8a program, consistent with the prior effort, as a five (5) year Indefinite Delivery Indefinite Quantity contract.� The results of this Market Survey will be used as one of the determining factors in deciding on the Agency�s acquisition strategy for the procurement. 4.� Standard Language 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; and Any costs associated with the market survey submittal is solely at the interested vendor�s expense 5. North American Industry Classification System (NAICS) Code The North American Industry Classification System (NAICS) code for this procurement is expected to be 541511 (Custom Computer Programming Services) (Computer Facilities Management Services) with a size standard of $25 million. 6.� Submittal Requirements for Market Survey Interested and qualified vendors should submit a Capability Statement in response to this Market Survey. For ease in reviewing the responses, and to facilitate meaningful market research, please follow the Capability Statement instructions and include all content requirements below: Response Content Instructions: Responses should be concise, and compliant with the content requirements. Responses should not exceed five (5) pages, including cover pages, table of contents etc. Responses should be provided in 12-point font in Microsoft Office or Adobe PDF (portable document file) format. Generic sale brochures, videos, and other marketing information materials are not solicited and therefore will not be reviewed. A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and the customer's requirements. A viable interested party shall provide relevant, applicable references to examples of previous work and/or solution implementations that relate to the FAA�s objectives and topics of interest. Content: Company and Contact Information: Company Name, Physical Address, Website; Contact Name, Title, Phone Number, and E-mail Address; Current Facility Clearance Level; Capabilities statement; Examples of previous work and/or solution implementations that relate to the FAA�s objectives and topics of interest Identify your Small and Disadvantaged Business socio-economic categorization(s) under the NAICS Code mentioned in the request. Large Businesses- identify intentions for subcontracting, small business utilization, (and/or) potential mentor-prot�g� arrangements that may be implemented to meet this requirement. Small Businesses- identify interests as a potential prime contractor (or) subcontractor. Capabilities: Provide high-level capability statements, which should include: List of capabilities, Best practices, Advances in technology which provide new or innovative approaches/strategies for solutions, Tool sets, Staffing (Recruitment, Training, Retention, etc.) List of metrics, or measures of effectiveness, and/or Required inputs, dependencies, and outputs for each solution Topics of Interest:�The Federal Aviation Administration would like additional detail on topics of specific topics of interest.� Submissions may include responses to one or more of the functional requirements identified in the attached SOW. Respondents may choose to provide responses to zero, one, or all aspects of the SOW. Respondents should clearly identify the relevant SOW Section for traceability (ie 3.1, 3.1.1, 3.3).�� General Feedback Provide general feedback that may be relevant based on the preceding questions and topics of interest. 7.� Delivery of Submittals Respondents shall submit an electronic copy of their capability statements, via e-mail, to Kevin Smith at kevin.p.smith@faa.gov.� All correspondence shall be via e-mail. No evaluation letters or results will be issued to respondents in connection with this market survey except as deemed appropriate in the FAA�s sole discretion. Individual e-mail message size (i.e., email body text plus any attachments) must not exceed 10 MB. If more than one email is required to complete a respondent�s submission, then in the email subject header following the company name, state which submission in the sequence is contained in the given email and the total number of email submissions being made by respondent (i.e., Email 1 of 2, Email 3 of 3, etc.). Earlier submissions are encouraged and will be accepted. 8.� Other (if applicable) This Market Survey does not guarantee that a solicitation or procurement of any kind will be issued and it should not be construed as a commitment by the Government to enter into a contract. If this announcement is being viewed from other than the System for Award Management (SAM) website, some information or attachments may not transfer correctly. A vendor�s failure to respond to this market survey will not exclude a vendor from any future competition. The FAA may request that one, some, all, or none of the respondents to this Market Survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. Any information provided under this market survey is for informational purposes only. Any proprietary information submitted must be explicitly and conspicuously marked by the respondent as proprietary. If appropriately marked, such information will not be released to the public by the FAA, except as required under the Freedom of Information Act (FOIA) or any other applicable law, regulation and/or policy. The Government may transfer documents provided by a respondent to any department or agency within the Executive Branch if the information relates to matters within the organization's jurisdiction. Interested vendors should monitor the FAA�s contracting opportunities website at https://beta.sam.gov for any updates and amendments to this announcement. This posting should not be interpreted as a Screening Information Request (SIR), a Request for Quote (RFQ), or Request for Proposal (RFP). If a solicitation is issued, it will be announced on the beta.sam.gov website. It is the prospective offeror's responsibility to monitor this site for the release of any such solicitation PRIOR/FUTURE ANNOUNCEMENTS All prior notices, announcements, surveys, sources sought, etc. released by the FAA for similar SOC procurements of this type have no bearing on or applicability to this current announcement and shall not be used in reference to it. Future announcements for this upcoming opportunity will be clearly identified by name or number as referenced in this announcement with any potential revisions to the name or number also clearly announced at that time if necessary. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8b149fe8dfb0479f931b64cb27887cd3/view)
- Place of Performance
- Address: Washington, DC 20591, USA
- Zip Code: 20591
- Country: USA
- Zip Code: 20591
- Record
- SN06444404-F 20220831/220829230127 (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 |