Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
MODIFICATION

V -- Commercial Aviation Flight Schedule Data

Notice Date
6/4/2004
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Federal Air Marshal Service, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
 
ZIP Code
08405
 
Solicitation Number
HSCEAM-04-R-0012
 
Response Due
6/18/2004
 
Archive Date
7/3/2004
 
Point of Contact
Nancy Ballay, Contract Specialist, Phone 609-813-3413, Fax 609-813-3446,
 
E-Mail Address
nancy.g.ballay@secureskies.net
 
Description
The Department of Homeland Security, Immigration and Customs Enforcement, Federal Air Marshal Service (FAMS) is soliciting for services to provide all commercial aviation flight schedule data (passenger/cargo/charter) provided from the weekly date of delivery for the 12 months forward, including updates on a weekly basis retrievable by FAMS in SSIM 7 file format via ftp. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number applicable to this request for proposal is HSCEAM-04-R-0012. In accordance with Clause 52.212-2, “Evaluation-Commerical Items,” offerors are advised that the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors listed below will be used to evaluate offers. A. Compatibility with FAMS Software – Contractor’s proposed service shall be compatible with existing FAMS software (i.e. SSIM format). Contractors will be required to provide test data, if requested by FAMS, to allow FAMS to conduct the necessary testing to ensure compatibility. Any offering found to be incompatible with FAMS software will be ineligible for award. B. Past Performance - Proposals shall provide a minimum of two (2) past performance references for contract services the offeror has provided which are similar in size and scope to this requirement. Verified/current points of contact shall be provided for each reference to allow the Government to speak with references about the nature and quality of service provided. When evaluating this factor, the Government will assign greater value to experience which is most directly related to the current requirement and for which customer references provide positive past performance reports which attest to their satisfaction with the offeror’s support. C. Completeness of Airline Schedule Coverage - Proposals shall detail the number and title of airlines included to illustrate the completeness of airline schedule coverage. This should include a list of the schedule data that would be provided, as documented in SSIM Chapters and Appendices, such as airline names, flight numbers, departure/arrival cities, dates/times of arrivals/departures, aircraft type, etc. In addition, this documentation shall include the number of flight sectors covered as well as the average number of schedule changes handled per month. Also included in this section shall be a discussion of resources available for the collection, validation and management of flight schedules and related flight data input. This discussion shall include the identification of any resources that will be exclusively dedicated to support of the Federal Air Marshall Service. When evaluating this factor, the Government will assign greater value to proposals exhibiting the greatest breadth of airline schedule coverage as well as the availability of the greatest amount of resources to address the current FAMS requirements (to include exclusively dedicated resources). D. Minimum performance requirements include: 1. 24x7 operational IT support shall be provided which can be reached either via an Internet address or via a toll free telephone number. 2. Verbal notification of airline reporting error shall occur within 2 hours of discovery (independent and proactively verify accuracy of schedules based on corporate expertise and knowledge and provide immediate personal notification upon recognition of possible error). 3. Proposals shall demonstrate the ability to deliver an ad hoc load should FAMS determine an additional mid cycle load is required. Pricing for ad hoc loads shall be proposed on a per occurrence basis, separate from other pricing. 4. Proposals shall demonstrate the ability to provide a weekly report listing changes for each load (e.g. new airlines). It is important that weekly reports reflect items such as new aircraft, new airlines, new city pair routes, etc. 5. Proposals shall specify a firm delivery date for each load and detail a notification procedure that will be followed if it is anticipated that delivery will be delayed for any reason. When delays are experienced, FAMS shall be given priority when correcting any delivery delays. When evaluating this factor, the Government will assign greater value to proposals which not only meet all minimum requirements, but which also exceed the Government’s requirements by offering additional benefits in a cost beneficial manner. D. Pricing - Offerors shall provide pricing to cover a 12 month period. Offerors shall assume the first week of service will be that of August 1, 2004. Pricing shall be broken down by weekly costs based upon 52 weeks of service. The weekly price shall be itemized to clearly show all components/services that are covered by the weekly price, to include the pricing for each of those components/services. The itemized list provided shall clearly show how the total weekly price is derived. Additionally, offerors shall provide a separate price for ad hoc loads which the Government may order on a per occurrence basis. Finally, the offeror shall also provide pricing for two (2) additional 12-month option periods (2005-2006) in the format just described. Evaluation factors in descending order of importance are compatibility with FAMS software, past performance, completeness of airline schedule coverage, satisfaction of minimum performance requirements, and price. Technical evaluation factors (including past performance) when combined are more important than price. Proposals shall not exceed 15 pages. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) FAC 2004-22 effective 04/05/04. This is an unrestricted procurement. The NAICS Code applicable to this requirement is 488190, “Other Support Activities for Air Transportation”. The small business size standard is $6,000,000. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2003), and the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2003), applies to this acquisition. Offerors shall submit a fully executed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items (JUN 2003) with their offer. The clause at FAR 52.212-5, Contract Terms and Conditions Require to Implement Statutes or Executive Orders--Commercial Items (OCT 2003), applies to this acquisition as well as the following clauses cited therein: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)); 52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). All responses are due on or before June18, 2004, 5:00 P.M. Eastern Standard Time and should be sent electronically to nancy.g.ballay@secureskies.net. Questions regarding this requirement shall be sent to Nancy Ballay at the aforementioned email address. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/ICEFAMS/HSCEAM-04-R-0012/listing.html)
 
Place of Performance
Address: Federal Air Marshal Service - SOCD Herndon, VA
Zip Code: 20171
Country: USA
 
Record
SN00599040-F 20040606/040606115002 (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.