Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2022 SAM #7628
SOLICITATION NOTICE

R -- Request for Information/ Market Survey: Engineering Design Software Tool to Tailor Standard Construction Specifications for Specific Designs

Notice Date
10/17/2022 1:26:43 PM
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-23-R-00003
 
Response Due
10/24/2022 1:30:00 PM
 
Point of Contact
Robert C. Taylor II, Phone: 2022674434
 
E-Mail Address
robert.c.taylor-ii@faa.gov
(robert.c.taylor-ii@faa.gov)
 
Description
In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1 Market Analysis, this announcement is a Market Survey / Request for Information (RFI) for the purpose of soliciting statements of interest and capabilities from interested vendors. Responses to this announcement will be used for informational purposes only to support the development of an acquisition strategy for the contemplated Engineering Design Software Tool. The information received will not be released, except as required under the Freedom of Information Act (FOIA).� Do not provide proprietary information.� This is not a Screening Information Request nor it it a Request for Proposals.��Responses will not be considered as proposals or quotations and no award will be made as a result of this notice.� The FAA is conducting market research to identify potential sources, and if future efforts can be set-aside for small business, for the following service. The FAA�s Air Traffic Control Facilities and Engineering Services (AJW-2) has a requirement for an engineering design software tool that will enable the Government to modify, standardize and maintain FAA specific versions of construction specifications.� AJW-2 completes over 2,000 construction projects per year, many of which require some level of engineering design and procurement.� Our Acquisition improvement team identified utilizing a standard specification software as a method to improve of the quality and speed of our project related contract awards. The required tool will enable the FAA to tailor standardized specifications to specific projects in compliance with the American Institute of Architects (AIA) Standards.� The FAA requests responses from industry to address their Engineering Design Software Tool's capability to address the following requirements: 1. Tool must be an engineering design software tool that will enable the Government to modify, standardize and maintain FAA specific versions of construction specifications. 2. Tool must enable the FAA to tailor standardized specifications to specific projects in compliance with the American Institute of Architects (AIA) Standards. 3. Tool must allow the Engineering Services (ES) engineers to merge updated/added requirements and specification sections to an existing Specification in its native format from our Architect and Engineer (A&E) designers. 4. Tool must provide continuous industry standard updates, multi-file editor updates, revision control, and MS Word editing capabilities. Interested parties are asked to provide the below items a Capability Statements and b Interested Party Information. a. Capability Statement explaining how your software tool will meet all of the above requirements and your company�s ability to support this tool. The Capability Statement pages must not exceed ten (10) pages and have a font size 12, in Times New Roman font, with 1.0 inch top, bottom and side margins. This page limit does not apply to any optional marketing materials. b. Interested Party Information. Interested vendors should complete and submit the attached Interested Parties Form in order to provide their Company Information, Business Size and Type Category.. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside any competition among small businesses, service- disabled veteran-owned small businesses or 8(a) certified firms.� This Market Survey must not be construed as an obligation on the part of the FAA to acquire these items. Since this is not a Screening Information Request or Request For Proposal, no results will be issued to the responding firms. No solicitation for these items exists at this time. If a solicitation is issued, it will be announced on this https://sam.gov/ website. It is the vendor�s responsibility to monitor the website for release of the solicitation. The FAA will not entertain or accept unsolicited proposals for this work. The FAA will not be liable for any costs associated with the preparation of responses to this Market Survey, nor reimburse or otherwise pay any costs incurred by any party responding to this announcement. Any costs associated with the Market Survey submissions will be solely at the interested party�s expense.� The FAA may request that one, some, all, or none of the respondents to the Market Survey/Request for Information provide additional information.��Additional responses are strictly voluntary, and any costs associated with providing additional information will be solely at the respondent�s expense.� 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. Interested parties' responses must be submitted by email no later than 4:30 P.M. Eastern Time on October 24, 2022. Responses to this Market Survey are limited to 10 pages and must be in writing, on company letterhead, and must include respondent point of contact information including name, telephone number, e-mail address, and mailing address. The Interested Parties Form (Attachment A) is not included in the page limitation.� The FAA reserves the right to use information provided in response to the this notice or any request for additional information for any purpose, such use does not create a liability, and shall be without compensation to the vendor that provided the response.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82a0613ddc0c45c3b94828c59234ac09/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06494803-F 20221019/221017230049 (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.