Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

99 -- Technical Operations, Aviation System Standards, Technical Support Services Sources Sought Market Survey

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-07-R-94071
 
Response Due
9/8/2006
 
Archive Date
10/8/2006
 
Description
Department of Transportation Federal Aviation Administration Mike Monroney Aeronautical Center Market Survey for DTFAAC-07-R-94071 Request for Information The Federal Aviation Administration (FAA) Aviation System Standards has a requirement, for technical support services to assist in performance of various flight safety related missions. Technical support services under a time and materials type arrangement are required to assist in ensuring the adequacy and accuracy of air navigation facilities, development and standardization of flight procedures, providing maintenance and engineering for the flight inspection aircraft fleet, the National Aeronautical Charting Organization, and related support functions. The contractor shall provide technical support services to Technical Operations, Aviation System Standards. The contractor shall provide supervision, support staff and qualified personnel in defined labor categories. The contract is to be performed primarily at the Mike Monroney Aeronautical Center (MMAC), 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma, unless otherwise stipulated by the government in individual TO's. The nature of work to be accomplished under this PWS is critical to aviation safety. The critical nature of the work to be accomplished dictates that highly qualified individuals, current in the latest state-of-the-art technology, be provided as defined in this PWS and resulting TO's. This requirement is 100 percent set-aside for 8(a) vendors with SBA letters showing the vendors 8(a) certification address to be within Region 6-(Oklahoma, Texas, New Mexico, Arkansas, and Louisiana) all others will be determined unacceptable and removed from consideration. The following functions are provided as examples of the type of technical support services which may be required under this requirement; support of administrative or technical programs; functions, and operations; technical support and development; revision; coordination and issuance of guidance; policies or procedures consistent with national policies; and FAA/AVN goals and objectives. Vendor will be responsible for development, implementation, administration and operation of systems, procedures, processes or functions designed to facilitate effective and efficient management and performance of programs. Implementation and maintenance of office automation systems and related activities. Conducting studies, evaluations, reviews, and analyses. Assist in the development of standards and criteria governing the operational use of air navigation facilities and the development of instrument flight procedures. Management, maintenance, modification, and associated operation or engineering of AVN aircraft, avionics, and related equipment or programs not covered under other contracts. Under this requirement, the contractor shall furnish all personnel, management, supervision and subcontract items or services as necessary to perform various technical support services as stated in specific performance work statements for individual task orders. These orders, which will incorporate provisions of the basic contract and applicable sections of this Statement of Work (SOW), will be issued to the contractor based requirements that are requested by organizations located at or supported by the FAA Aeronautical Center (AC). Specific requirements will include the types of services and/or skills and will also include services requiring variations and combinations of specified skills. The contract is to be performed on site in almost all cases using facilities and materials provided by the Government as identified in the contract or specific Task Order statement of work or performance work statement. It is anticipate that a single award for an indefinite-delivery/requirements type with labor hour provision type contract will be awarded covering Administrative Support Services. The firm shall furnish all services, materials, supplies, personnel, and supervision required to provide the support services in accordance with the Statement of Work to the various requiring organizations. This requirement is 100 percent set-aside for 8(a) vendors with SBA letters showing the vendors 8(a) certification address to be within Region 6-(Oklahoma, Texas, New Mexico, Arkansas, and Louisiana) all others will be determined unacceptable and removed from consideration for award. The North American Industry Classification System (NAICS) code for this requirement is 54133, Engineering Services Military and Aerospace Equipment and Military Weapons with a size standard of is $25 million (based on Annual Receipts - gross receipts are defined as an average over a firm's latest 3 completed fiscal years to determine its average annual receipts. "Receipts" means the firm's gross or total income, plus cost of goods sold, as defined by or reported on the firm's Federal Income Tax return.) The resulting contract is to be for a one-year base period with options to extend services for an additional four one-year periods. The FAA is using this market survey along with other tools to develop the source list for this requirement. 8(a) vendors within Region 6 that plan to provide a proposal for this requirement need to respond to this market survey and provide the following documentation: 1. SBA letters showing the vendors 8(a) certification within SBA Region 6. 2. Gross receipt for the company over the last 3 years. 3. Proof of line of credit that can support a $1 millon/month payroll during start up of the new contract. 4. Banking information that demonstrates that the vendor is capable of making a $1 million/month payroll during start up of a new contract. 5. CCR registration. Offeror must provide their proposal to the following: (for overnight delivery) (for U.S. Postal Service) FAA, Bid & Proposal Officer (AMQ-140) FAA, Bid & Proposal Officer Room 321, Multi-Purpose Building Attn: AMQ-140 6500 South MacArthur Boulevard P.O. Box 25082 Oklahoma City, OK 73169 Oklahoma City, OK 73125 This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: DOT, Office of Small and Disadvantaged Business Utilization (SADBU), has a program to assist small businesses, small businesses owned and controlled by 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 STLP, call the OSDBU at (800) 532-1169. All submissons of data be received by 3:30 p.m., local time (Oklahoma City, Oklahoma) on September 8, 2006. IF MAILED--to be timely, Postmark must be 5-workdays prior to due date. If sent by overnight delivery, proposal must be received no later than the closing date and time stated above. Mark the submission number DTFAAC-07-R-94071 on the outside of the package. Offers received after this time and date will be determined to be late and shall not be considered for award and will be held unopened and after award, will be filed with the official contract file. Please forward any questions and comments by FAX or Email (brent.d.foreman@faa.gov),or to Brent D. Foreman, Contracting Officer, FAA, Aviation, Medical & Training Division, AMQ-310, P.O.Box 25082, Oklahoma City, OK 73125 or FAX to (405) 954-3030, Phone (405) 954-7894. Reference DTFAAC-07-R-94071.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=5077)
 
Record
SN01123191-W 20060825/060823220554 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.