Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
MODIFICATION

99 -- Information Technology (IT) Support Services

Notice Date
3/26/2004
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
3554
 
Response Due
4/1/2004
 
Point of Contact
Cheryl Edmondson, (405) 954-7829
 
E-Mail Address
Email your questions to Cheryl.D.Edmondson@faa.gov
(Cheryl.D.Edmondson@faa.gov)
 
Description
****THE DATE AND TIME FOR RECEIPT OF RESPONSES HAS BEEN EXTENDED TO 3:00 PM, APRIL 8, 2004**** ****AN ATTACHMENT HAS BEEN ADDED TO THIS ANNOUNCEMENT/SIR1 TO ADDRESS QUESTIONS THAT HAVE BEEN SUBMITTED REGARDING THIS REQUIREMENT**** ****ANY ADDITIONAL QUESTIONS MUST BE SUBMITTED NO LATER THAN WEDNESDAY, MARCH 31, 2004, IN ORDER TO POST THE RESPONSES ON THE INTERNET**** The Federal Aviation Administration (FAA) has a requirement for providing information technology (IT) and related support services for the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma. The contractor will be responsible for providing program management and for assuming a partnership role with the Government in providing technical solutions and in securing and retaining business. Requirements are defined further in the contract Performance Work Statement (PWS). Interested parties are encouraged to visit the MMAC Home Page. This acquisition will use streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the Federal Aviation Administration Acquisition Management System (AMS) of 1997. Offers will be evaluated and contract award made on the basis of Best Value to the FAA. The contract has a potential duration of five (5) years including a base year with four (4) 1-year options to be exercised at the sole discretion of the Government. North American Industry Classification System (NAICS) code 541519, Other Computer Related Services - $21/million will be used for this acquisition. Interested vendors that have experience in IT Support Services are to submit a FAA Business Declaration form with their response to this announcement/SIR1. The form is provided as a separate document under this announcement/SIR1. The FAA is committed to the socio-economic goals of the Department of Transportation and the Agency for Small, Small Disadvantaged, Woman-owned, and Service-Disabled Veteran business arrangements. Therefore, contractor demonstration of commitment to these goals enters into the FAAs selection of the submittal representing the overall best value for those services identified and enumerated in the PWS. It is highly desirable that all offerors recognize and demonstrate their commitment to these goals through their respective subcontracting and/or teaming arrangement(s). Close monitoring of the accomplishment of the goals will be an important post-award activity. The vendor will be expected to make a good faith effort to achieve the following subcontracting goals: Percentage of Total Contract Value Teaming/Subcontracts to SB 26%* Teaming/Subcontracts to SDB 10% Teaming/Subcontracts to WOB 5% Teaming/Subcontracts to SD/VOB 1% *The 26% figure represents the entire small business subcontracting program goal. Subcontracting goals will be an evaluated factor in Phase 2 of the procurement process. This acquisition contemplates a phased approach. The initial phase involves the announcement/SIR1 of the requirement in order to permit companies to express an interest in this requirement. Only those firms that respond successfully to this announcement/SIR1 will be allowed to participate in the next phase. The remaining phase(s) of the downselect process will be identified in future communications with those firms that successfully respond to this SIR. Companies that are interested and possess certain special standards of responsibility are to provide specific information as to the unique capabilities to be brought to the performance of this requirement. The specific information provided must be accurate and complete because it will be used to determine each vendors eligibility to participate. Documentation must be provided to substantiate any statement of fact that goes to the vendors eligibility pursuant to this SIR. The FAA reserves the right to contact references and verify each vendors information. Any statement included in a vendors response that is verified by the FAA as either false or misleading will be cause for rejection. Documentation includes, but is not limited to, formal resumes, licenses, financial statements, work plans, etc. All documentation is limited to 25 pages (8-1/2x11, printed on one side). Failure to comply with this page limitation may be cause for rejection of a vendors response. CAUTION: FAA evaluators will read only up to the page limit as specified. Four copies are requested. Mere statements of compliance or intention to comply are unacceptable. All responses submitted must address the capability of the vendor to meet the special standards of responsibility. SPECIAL STANDARDS OF RESPONSIBILITY: The following information must be addressed in each vendors submission in order for the FAA to determine a vendors eligibility to participate further in any subsequent SIR. (Note: Each submission will be evaluated on an acceptable/unacceptable basis. Where a submission is found to be unacceptable in any area of a special standard of responsibility, the entire submission will be considered unacceptable.) 1. Past Performance and Experience: (Note: Past performance represents how well an offeror accomplished the effort. Experience simply means an offeror has done it. Of additional importance is that past performance and experience must be current and relevant as well as comparable in scope and magnitude to that described in the PWS.) (a) Vendor must have experience with IT and related support services as identified in the attached PWS. Vendors shall provide a list of relevant past and present contracts performed for Federal, State, or Local Governments or commercial sources within the past five (5) years involving effort of same or similar complexity, magnitude, and level. The vendors documented experience shall consist of a list of contracts containing the following information stated below. (b) Vendors may select no more than three (3) relevant contracts for which to provide past and present contract performance information, which summarizes contractual efforts the vendor considers relevant to this acquisition. The past and present contract performance information should demonstrate the vendors ability to perform the proposed effort. Vendors should address performance problems (e.g., cure notices, contract disputes, terminations for default, litigation, adverse administrative findings by government agencies at the federal, state, or local levels, etc.) as well as performance successes (e.g., technical innovations, awards, etc.). Vendors should limit their discussion of performance experience to three (3) pages for each contract selected for submission in response to this Announcement/SIR1. Performance experience summaries may be tailored to address the vendors performance experience to include each of the following areas corresponding to the PWS: (i) System Development and Integration (ii) System Management and Hosting (iii)Telecommunications (iv) Information System Security (v) Information Media (vi) Office Automation (vii)Project Management (viii)IT Training (c) Administrative Data: (i) Offeror Name (Company/Division) (ii) Contract number and contract type (iii)Contracting agency or business (e.g., DOD, FAA, NASA, any Federal agency, State of Oklahoma, Wal-Mart, etc.) (iv) Original contract dollar value and final contract dollar value (including options) (v) Original completion date and final (or current) completion date (vi) A brief description of the contract effort (vii)Largest number of employees associated with direct contract effort (viii)Name, address, telephone and FAX numbers for the Government Contracting Officer(s) (procuring or administrative); for non-government contracts, provide the name, address, telephone and FAX numbers of business point of contact, liaison, etc. The offeror is responsible for verifying references before submission to ensure all information is correct. (d) Vendors must submit an experience matrix. The vendor should ensure that the information provided in the experience matrix corresponds to the information required above. The experience matrix will be used to quickly ascertain each vendors relevant experiences for successful execution of this contractual effort. The top row of the matrix contains areas of experience. The vendor shall fill in the matrix identifying the relevant contractual effort(s) that provided the experience. Each contract or subcontract (including contract number) on which experience was gained in the noted areas shall be entered into the matrix. The contracts may include Government and commercial (prime and subcontracts) and may include contracts for subcontractors, which will be members of the vendors team. Each block in the matrix will be filled in with two letters or it will remain empty to indicate no experience is that area. The first letter will be either P or S, to denote that the experience was gained as either a Prime Contractor or as a Subcontractor. The second letter will be either H, M, or L, to denote a High, Medium, or Low relevance assessment by the contractor to that of the IT support services effort. (e) Where inquiries made pursuant to (c)(viii) reveal the vendors performance was unsatisfactory (e.g., terminated for default {partial or complete}, cure notice(s) issued, adverse administrative findings by government agencies at the federal, state or local level, etc.), the vendor will no longer be eligible to continue in the SIR process. 2. Organizational Management and Staffing: Vendors must demonstrate an ability to provide management and staffing commensurate with the demands of this requirement in the following areas: (a) Vendors must demonstrate that a qualified Program Manager and Alternate Program Manager will be available at the time of contract award that meets the qualifications/requirements identified in the PWS. Documentation as to individual qualification may include a brief synopsis or resume of work experience. Resume should include present position or title, experience in managing contracts for similar services of scope and size (include duration or length of all experience), educational background, training in sufficient detail to facilitate evaluation of qualifications and technical or management competence, and letters of commitment from the proposed Program Manager and Alternate Program Manager. (b) Vendors must document/demonstrate that they have simultaneously employed and successfully managed 250 or more full-time employees for a period not less than one (1) year. Documentation may include, but is not limited to: 1) a spreadsheet identified month by month for the annual period containing a list of employees and their managers, and the contracts on which they performed, 2) signed certification with a list of employees with date of employment including employees managers, and/or 3) summary of payroll records by each employer organization (contractor and subcontractors/teaming participants). (c) Vendors must document/demonstrate that they have competitive employee benefits to recruit and retain a highly skilled workforce. Documentation may include, but is not limited to, a summary by each employer organization (contractor and subcontractors/teaming participants) for the following: (i) Health insurance plan (ii) Retirement or pension plan (iii)Annual leave/Sick leave plan Summary should include the name of the insurance company(ies), company contributions, and date of inception. (d) Vendors must have an ongoing technical training program for employees and subcontractor employees. Vendor is to provide documentation to substantiate training program. Provide summary of continuing education program by each employer organization (contractor and subcontractors/teaming participants). 3. Accounting System and Financial Capability: Provide documentation that your company: (a) Has the financial capacity to support monthly expenses in the minimum amount of $2,000,000. (Note: Present contract monthly voucher expenditures of $2,000,000 are typical.) You must provide your financial statements for the last 3-4 years, balance sheet statements for last 3-4 years, company prospectus, as well as any letters of approved lines of credit, or other financial arrangements, signed by offering financial institution. (These documents will not count toward the 25 page limitation.) Interested firms that can comply with and meet the special standards of responsibility addressed in this SIR should respond with their documentation in writing to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division Attn: AMQ-210/Cheryl Edmondson Room 321, Multi-Purpose Building 6500 South MacArthur Blvd. P.O. Box 25082 Oklahoma City, OK 73125-4933 Reference announcement/SIR1 DTFAAC-04-R-00650 Note: For overnight mail the ZIP code is 73169 The date and time for receipt of responses is 3:00 p.m. local time, April 8, 2004, (facsimile responses are not permitted). Any responses received after 3:00 p.m., April 1, 2004, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendors response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. AMS Clause, 3.6.1-7, Limitation on Subcontracting, AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, and AMS Provision 3.9.1-3, PROTEST, are applicable to this SIR. Offerors and contractors may obtain the full text via Internet at: http://fast.faa.gov (on this web page, select "Contract Writing/Clauses").
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00554883-W 20040328/040326211931 (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.