Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
MODIFICATION

99 -- Maintenance and Support Services for the Total Airspace and Airport Modeller (TAAM)

Notice Date
2/1/2005
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASU-340 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-05-P-00030
 
Response Due
2/7/2005
 
Archive Date
3/9/2005
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability of potential sources to satisfy the FAA's requirement for Maintenance, Support and Updates for a quantity of three Total Airport Airspace Modeling (TAAM) Software Licenses. The TAAM is an air traffic simulation model used for decision support, planning, design and analysis. The TAAM software is commercial software originally purchased under DTFA06-98-C-50047 from Preston Aviation Solutions, 3901 Roswell Road, Suite 207, Marietta, Georgia 30062. Preston is the owner and developer of the software and have the source code, which allows them to perform the maintenance and develop enhancements. This requirement is for the maintenance of this software. There is no Government Furnished Equipment (GFE). The services provided under this requirement are updates of TAAM Software, telephone consultations, assistance and advice on TAAM Software usage from 9:00am to 5:00pm each business day. The vendor shall participate in the worldwide TAAM user group, make TAAM Software corrections and make periodic customer site visits. The services shall be provided on a fixed price basis and the period of performance is one year. A technically acceptable offer and low price will likely be the method of contractor selection. The FAA is considering a set-aside procurement to a Small Socially & Economically Disadvantaged Business (SEDB/8(a)) and if none are found, we will consider a small business (SB) setaside. The NAICS code will be 443120 Computer and Software Stores, Size Standard $7.5. Interested parties shall address whether they can fulfill the requirements through a GSA schedule or other Government contract, if available. The anticipated value of this requirement is $110,000 - $112,500. Any party capable of satisfying this requirement is invited to respond. Interested parties should submit a capability statement that demonstrates the firm's ability to satisfy the requirements described above. Standard company brochures and literature are not considered an adequate response. Responses to this sources sought notice must contain the following information: a. A one-page capability statement demonstrating your ability to satisfy the requirements. Summarize your relevant prior work and include a brief description of the your quality control processes. Include a corporate summary and provide your company's website URL. b. Identify any current GSA schedule or other Government contract, if available that the FAA can utilize for the intended period of performance. c. Provide a statement identifying if your firm is a small business, a small economically disadvantaged business, 8(a) firm, women-owned business or HUBZone firm. This notice does not commit the Government to award a contract based solely on the response to this notice nor does it intend to pay for any costs incurred in response to this announcement. Written responses must be received not later than February 7, 2005 at 2:00PM local time. Responses may be faxed to (202) 267-5142 to the attention of Katherine M. Williams or emailed to katherine.m.williams@faa.gov.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=3987)
 
Record
SN00743404-W 20050203/050201211826 (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.