Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
MODIFICATION

99 -- AVN Process Tracking System Design & Development in the J2EE Architecture

Notice Date
11/4/2003
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-04-R-00027
 
Response Due
11/12/2003
 
Point of Contact
Carolyn Engelke, 405-954-7825
 
E-Mail Address
Email your questions to Carolyn.S.Engelke@faa.gov
(Carolyn.S.Engelke@faa.gov)
 
Description
REVISION #2**********REVISION #2 REPLACE THE INFORMATION FOR SUBJECT REQUIREMENT ANNOUNCED 10/28/03 WITH THE INFORMATION BELOW. CONTRACT WILL BE FOR A ONE-YEAR BASE PERIOD FOLLOWED BY FOUR 1-YEAR OPTION PERIODS TO BE EXERCISED AT THE SOLE DISCRETION OF THE GOVERNMENT. PROSPECTIVE CONTRACTOR MUST HAVE VERIFIABLE SATISFACTORY EXPERIENCE IN COMPLETION SCOPE PROJECTS FOR A GOVERNMENT ENTITY. SUBMITTALS ARE DUE NLT 3:00 P.M. LOCAL TIME, NOVEMBER 12, 2003, TO THE ADDRESS SPECIFIED BELOW. The FAA intends to award a contract for the AVN Process Tracking System (APTS) information technology project using the competitive 8(a) set-aside process. Our requirement is for a contractor to furnish personnel to continue development of the AVN Process Tracking System (APTS) to include, but not be limited to, existing software currently under development. The system shall use the Oracle Workflow development and engine software already licensed to AVN and shall be developed in the J2EE Architecture. While the existing system provides process tracking for the development of flight procedures, NOTAM, Obstacle and other AVN internal activities, the contractor shall continue to develop workflow software to include areas such as the publication of instrument flight procedures, agreements, aircraft data inquiries, charting and publication and/or other processes as jointly defined. The North American Industrial Classification System (NAICS) Code is 541511. The contract will be for a 1-year base period followed by four 1-year option periods to be exercised at the sole discretion of the Government. Contractor personnel providing the required services shall have extensive knowledge of Oracle software, Java, Java Script, Active Server Pages, HTML, SQL, and SQL-Plus. Eight (8) personnel of various skill levels & categories involving 15,600 labor categories of performance are estimated each of the one year contract periods of performance. The FAA estimates a contract cost of approximately $1M per year. This announcement is for the express purpose of identifying qualified vendors. All vendors, who meet the qualification requirements cited in this announcement are requested to provide the information stated herein. Only those vendors determined to be qualified will be given the opportunity to compete for this award. Technical, business management, and cost proposals will be required as part of the next phase of the down-select process. NOTE: If you are receiving notice of this requirement any place other than the FAA website you do not have the complete document. You MUST download information from www.asu.faa.gov to have all the information. General Information: The FAA intends to down-select potential qualified vendors for the continued development of the AVN Process Tracking System (APTS). Work will be performed primarily at the FAA Mike Monroney Aeronautical Center located in Oklahoma City, Oklahoma. The information contained herein is for the initial down-select that will start the process of determining possible sources for this requirement, and will be used to down select to a manageable number of vendors as determined by the evaluation criteria listed below. It will be followed by the issuance of a formal request for proposal with technical, business management and cost proposal requirements to be provided to only those vendors who are determined to be eligible after a analysis of the information and data provided during this phase of the acquisition process. This requirement is set-aside for Small and Economically Disadvantages Business (SEDB), 8(a). The following factors will be used to make a met/not-met qualification phase one down-select decision. All factors must be met for a vendor to be considered eligible to continue in the down-select process and to receive the formal request for proposal, which will be issued immediately following this down-select decision. A contract award is anticipated in December 2003 or January 2004. 1. 8(a) and NAICS 541511, Custom Computer Programming Services - $21/Million. 2. Existing local area office (within 50 miles of the Mike Monroney Aeronautical Center). 3. Verifiable satisfactory experience in Completion Scope projects for a government entity. 4. Practical and theoretical experience in developing software in the J2EE architecture. 5. Practical and theoretical experience in developing workflow applications using Oracle workflow engine and APIs. Information that will be Reviewed: Information and documentation must be submitted, for review by the FAA, which demonstrates that your firm is compliant with the following factors. The information will be used to make a down select decision of eligible vendors for the issuance of the formal request for proposal. The FAA will down-select potential sources to a reasonable number using the factors below. Vendors that do not address, or just request copies of the solicitation will be determined unacceptable and will not be considered as a possible source. Only those offerors meeting all the qualifications below will be eligible and will later be given the opportunity to submit a formal proposal. Determination of compliance will be based on met/not-met criteria without ranking or scoring. The following information shall be readily identifiable by Factor. The down-select team is not responsible for locating data, which is not readily identifiable in the offeror???s submittal. The down-select team is not required to contact any offeror for additional information. Factor 1: 8(a) current certification and North American Industry Classification System (NAICS) code 541511, Custom Computer Programming Services - $21/Million. Provide copy of current certificate (offeror???s certificate must be current as of the date of this announcement to be considered responsive) Factor 2: Existing local area office (within 50 miles of the Mike Monroney Aeronautical Center) Provide physical address Factor 3: Verifiable satisfactory experience in completion scope projects for a government entity. Provide one verifiable reference including Contracting Officer???s name, address, phone number, and period of performance. Factor 4: Practical and theoretical experience in developing software in the J2EE architecture. Provide one verifiable reference including a) customer name, b) contact information; name, address, phone number, and c) application name. Provide the following application code: (hard copy not to exceed 5 pages total) a. Example of data access object b. Example of value object c. Example of controller code d. Example of Business Object Factor 5: Practical and theoretical experience in developing workflow applications using Oracle workflow engine and APIs. Provide one verifiable reference including a) customer name, b) contact information; name, address, phone number, and c) application name. Provide the following application code: (hard copy not to exceed 1 page total) a. Example of work flow API All questions and comments must be submitted in writing via e-mail, letter or FAX (405-954-3030) to the attention of Carolyn Engelke, referencing DTFAAC-04-R-00027. Submittals must be received at the address specified below no later than 3:00 p.m., local time (Oklahoma City, Oklahoma) on November 12, 2003. Facsimile responses are not allowed. Submittals received after that date will be determined to be late and will not be considered and will be retained unopened in the contract file. FAA Customer Service Desk (AMQ-140) DTFAAC-04-R-00027 Room 321, Multi-Purpose Building 6500 South MacArthur Boulevard Oklahoma City, OK 73169-4933 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 individuals, 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.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00464288-W 20031106/031104212558 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.