Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
MODIFICATION

B -- B: Southern African Development Community (SADC) CNS/ATM Transition Plan

Notice Date
1/24/2005
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
United States Trade and Development Agency, USTDA, USTDA, 1000 Wilson Boulevard, Suite 1600, C/O US TDA 1000 Wilson Boulevard, Suite 1600, Arlington, VA, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
Reference-Number-0210023B
 
Response Due
3/9/2005
 
Archive Date
3/24/2005
 
Point of Contact
Evangela Kunene, Procurement Data Manager, Phone 703-875-4357, Fax 703-875-4009, - Evangela Kunene, Procurement Data Manager, Phone 703-875-4357, Fax 703-875-4009,
 
E-Mail Address
ekunene@ustda.gov, ekunene@ustda.gov
 
Description
POC Evangela Kunene, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901, Tel: (703) 875-4357, Fax: (703) 875-4009; PLEASE DO NOT CONTACT CONTRACTS OFFICE. PROPOSAL SUBMISSION PLACE: The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms which are qualified on the basis of experience and capability to develop a feasibility study for conducting a Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM) Lower Airspace Feasibility Study and Implementation Plan. The study will determine the Southern African Development Community (SADC) region's airspace requirements with an emphasis on lower airspace with some upper airspace elements. The Terms of Reference (TOR) will include the following tasks, summarized as follows: Part I: 1. Organize Kick-off Meeting with the Upper Airspace Control Center (UACC) Steering Committee; 2. Collect and evaluate existing studies, surveys and policies; 3. Assess current infrastructure and institutional environment through information provided by site visits, SADC member nations, the UACC Steering Committee, and/or other existing studies; 4. Analyze and project optimal future traffic flows, routes, and loads in the SADC region; 5. Project future lower airspace functional requirements over 10-year period; 6. Review and validate or estimate as appropriate revenue and costs for the lower airspace, including the cost of supporting services based on traffic volumes demand scenarios; 7. Determine the viability of suitable CNS/ATM systems for the lower airspace requirements for the SADC member States that harmonize with the proposed UACC concept implementation. Carry out a preliminary environmental analysis of project; 8. In light of the findings of Tasks 1-7 above, review the feasibility study completed by Sofreavia for the establishment of a SADC UACC and make recommendations regarding the best interface between the lower and upper airspace in SADC; and 9. Provide a detailed report of Part I tasks ? This task includes preparation of a final deliverable for Part I of the Study. The task also includes the incorporation of Committee comments for the Part I deliverable. Part II: 1. Develop a new regulatory/legislative framework for implementing new CNS/ATM Systems for lower airspace; 2. Evaluate the organizational/institutional framework requirements for the sustainable operation of the lower airspace; 3. Create a detailed implementation & transition plan for lower airspace; 4. Develop a Financial Plan supporting the implementation of lower airspace; 5. Establish a Marketing Plan for the UACC; 6. Provide a detailed paper of Phase II tasks; and 7. Provide final report according to the U.S. Trade and Development Agency (USTDA) mandatory clauses. The U.S. firm selected will be paid in U.S. dollars from a $808,359 grant to the Grantee from USTDA, correspondingly divided into US$476,080 for Part I and, prospectively, US$332,279 for Part II. In addition, the U.S. firm selected is expected to contribute at least $8,061 toward the cost of the study to cover work in those countries where USTDA grant funds cannot be used. A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the TOR, and an excerpt of a desk study report (the recommended budget) are available from USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. Requests for the RFP should be faxed to the IRC, USTDA at 703-875-4009. In the fax, please include your firm's name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want USTDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to USTDA to retrieve the RFP should allow one hour after faxing the request to USTDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal fax verification receipt. Because of the large number of RFP requests, USTDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00 PM will be mailed the same day. Requests received after 4:00 PM will be mailed the following day. Please check with your courier and/or mail room before calling USTDA. Only U.S. firms and individuals may bid on this USTDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under USTDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the USTDA-financed activity, must continue to meet such requirements throughout the duration of the USTDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the USTDA grant amount. Details of USTDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English directly to the Grantee by 4:00 pm (local time), March 9, 2005, at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals.
 
Record
SN00739237-W 20050126/050124212106 (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.