Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
MODIFICATION

99 -- Project Management Office (PMO) Development-Amendment 1

Notice Date
8/16/2005
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-05-R-02789
 
Response Due
8/22/2005
 
Description
Amendment 1 issued 8/16/05 to modify Statement of Work. See Sections 3.1.1 and 3.1.2, Minimum Education. Announcement edited to add Statement of Work, Attachment 1. The Enterprise Services Center (ESC) at the Federal Aviation Administration (FAA) Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, requires assistance in the development of its Project Management Office (PMO) to include both the definition and implementation of the PMO as contemplated by the attached Statement of Work (SOW), Attachment 1. This initial Screening Information Request (SIR) represents a Request for Information (RFI) (SIR/RFI No. 1) that will enable the FAA to make a screening decision to determine the firms that possess special standards of responsibility that would enable them to perform the required services. The FAA reserves the right to add vendors and/or other sources which meet the special standards of responsibility criteria and have performed satisfactorily on previous procurements. Accordingly, it has been determined that only firms currently possessing the special standards of responsibility as set forth at "a" through "e" below will be permitted to advance to the second phase of the screening process. The second phase will be a Request for Offer (RFO) and will be designated SIR/RFO No. 2. Special Standards of Responsibility: a. Vendor demonstrates an understanding of the requirement (Ref. Statement of Work, Attachment 1) and possesses the necessary expertise and capabilities. b. Vendor has successfully implemented at least two PMOs within the last four years. c. Vendor has successfully implemented at least one PMO of similar size and scope within the last four years. d. At least one member of vendor's proposed project team has implemented a PMO of similar size and scope and that person is Project Management Professional (PMP) certified. e. Vendor has knowledge of and has performed at least one "Organizational Project Maturity Model" (OPM3) assessment for a previous client. An offeror's submittal in response to SIR/RFI No. 1 must demonstrate how the special standards of responsibility identified at "a" through "e" have been met. For "b" and "c," the submittal must identify the company, organization, agency, etc., and point of contact by name with current phone number and e-mail address for verification purposes. A submittal shall not exceed five (5) pages in length. A page is defined as one side of a "sheet." A 1-inch (all around) margin must be utilized. The font/size must be "Times New Roman/12 pitch." Submissions that state that the offeror understands, can, or will comply with all statements in the SOW and statements paraphrasing the SOW requirements or parts thereof, are considered insufficient. Phrases such as "standard procedures will be employed," or "well-known techniques will be used," etc. will be considered insufficient. The requirement contemplates an indefinite-delivery/requirements type contract with a base year and includes option provisions to renew for two additional 1-year periods, to be exercised at the sole discretion of the FAA. The proposed contract will incorporate AMS Clauses 3.2.4-35, Option to Extend the Term of the Contract, and 3.2.4-34, Option To Extend Services. The resultant contract will employ a time-and-materials pricing arrangement, and includes the following skill categories: (a) Program Manager, (b) Project Manager, (c) Project Support, IT Analyst, (d) Junior Project Support, IT Analyst, (e) Financial Analyst, and (f) Technical Writer. The date and time for receipt of responses is 3:00 p.m. local time, August 22, 2005. Responses are to be e-mailed to Connie.M.Houpt@faa.gov. If all requested information is not provided in the submittal, the vendor's response may be determined as unacceptable and, therefore, not afforded further consideration. If you have questions, contact Connie Houpt at (405) 954-7820. (Note: Receipt of offers, as well as modifications and withdrawals of offers in response to this SIR/RFI (SIR No. 1), will be processed in accordance with AMS Provision 3.2.2.3-14 entitled, Late Submissions, Modifications, and Withdrawals of Submittals). This 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 $500,000. 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.cfm?ref=4336)
 
Record
SN00871403-W 20050818/050816211935 (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.