Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
MODIFICATION

99 -- ENGINEERING AND SUPPORT SERVICES FOR NATIONAL AIRSPACE SYSTEM (NAS)

Notice Date
9/1/2006
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-06-R-03394
 
Response Due
10/6/2006
 
Description
Announcement/SIR No. 1, DTFAAC-06-R-00394, posted June 26, 2006, is hereby superseded by the following Announcement/SIR No. 1. --------------------------------------------------------------------------- The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement for engineering, computer, and administrative support services in support of power, navigational aids, communications, surveillance, and weather systems. The requirement is predominantly for hardware and software engineering services involved in the acquisition, restoration, maintenance, and modification of ground-based NAS equipment throughout the United States and some overseas sites. Contractor management and personnel will be based at the MMAC in Oklahoma City, Oklahoma. Requirements are defined further in a Performance Work Statement (PWS). The current version of the PWS is provided as a separate document under this Announcement/Screening Information Request No. 1 (SIR1). Interested parties are also encouraged to visit the MMAC Home Page. Offers will be evaluated and contract award made on the basis of "Best Value to the FAA." A Cost-Plus-Award-Fee (CPAF) type contract is anticipated for this acquisition. The contract has a potential duration of five (5) years including a base year with four (4) 1-year options to be exercised at the sole discretion of the FAA. This requirement is offered to qualified, responsive, small business concerns through use of a "2-Tier" CASCADING ORDER OF PREFERENCE to determine the extent of eligible potential offerors. Offers will be considered beginning with evaluation of Tier 1 and following with evaluation of Tier 2, as necessary. Tier 1 is relegated to screening of potential offerors from among nation-wide Socially and Economically Disadvantaged Business (SEDB)/8(a) concerns and Service-Disabled Veteran Owned Small Businesses. Tier 2, if necessary, will consider nation-wide small business concerns. The "2-Tier" process not only involves a determination of eligibility of the potential offerors at each tier, but also the number of eligible offerors from which the FAA can determine sufficient potential exists for adequate competition. The existence of potential for adequate competition is defined as identification of at least six (6) competitive offerors from qualified, responsible business concerns at the tier under consideration from which it is anticipated that fair market prices can be obtained. If at least six (6) potential competitive offerors cannot be identified at Tier 1, then Tier 2 offerors will be considered. If a determination as to the potential for adequate competition cannot be made from Tiers 1 and 2, the FAA reserves the right to award a contract based on full and open competition. Potential offeror(s) identified as qualified from screenings associated with Tiers 1 and 2 will be included when considering full and open competition. The requirement will be re-announced on the FAA's website. For purposes of this requirement, a Small Business is defined as follows: 1) Classified as a small business under the North American Industry Classification System (NAICS) code 541330, Engineering Services (Aerospace Equipment) - $25/million. 2) An eligible SEDB/8(a) small business concern expressly certified by the Small Business Administration (SBA) for participation in the 8(a) program and which meets such criteria at the time of submission of the offer. 3) A "Service-disabled veteran-owned small business concern"??? (1) Means a small business concern??? (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). Should a SEDB/8(a) vendor propose a teaming arrangement, the term "vendor" applies to the prime contractor. For those vendors contemplating entering into a joint venture please reference SBA website at http://www.sba.gov/ca/santa/sa_joint-venture_html.html. While the FAA will be the approving authority in lieu of the SBA for any proposed joint ventures for this undertaking, the SBA standards for approving joint ventures will be employed. All documentation to enter into a joint venture must be submitted with response to this SIR No. 1. Each firm claiming SEDB/8(a) status is required to provide a copy of its SBA 8(a) certification letter to the Contracting Officer with its response to this SIR1. Each firm claiming status as a Service-Disabled Veteran-Owned Small Business may provide a letter self-certifing their status. Offerors are to submit a FAA Business Declaration form with their response to this announcement. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. In conjunction with the set-aside nature of the requirement, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. This requirement is found in AMS Clause 3.6.1-7, Limitation on Subcontracting. This acquisition contemplates a phased approach. This, the initial phase, involves the announcement/SIR1 of the requirement. Only those firms that respond successfully to this SIR1 will be allowed to participate in the next phase. The remaining phase(s) of the downselect process will be identified in future communications with those firms that successfully respond to this SIR1. Companies that are interested and possess certain special standards of responsibility are to provide specific information as to the unique capabilities to be brought to the performance of this requirement. The specific information provided must be accurate and complete because it will be used to determine each vendor's eligibility to participate. Documentation must be provided to substantiate any statement of fact that goes to the vendor's eligibility pursuant to this SIR1. The FAA reserves the right to contact references and verify each vendor's information. Any statement included in a vendor's response that is verified by the FAA as either false or misleading will be cause for rejection. Documentation includes, but is not limited to, formal resumes, licenses, financial statements, work plans, etc. All documentation is limited to 25 pages (8-1/2"x11", printed on one side). The 25-page limit only applies to the technical proposal (financial statements are exempt from the page limit of 25). Failure to comply with this page limitation may be cause for rejection of a vendor's response. CAUTION: FAA evaluators will read only up to the page limit as specified. Four copies are requested. Mere statements of compliance or intention to comply are unacceptable. All responses submitted must address the capability of the vendor to meet the special standards of responsibility. SPECIAL STANDARDS OF RESPONSIBILITY: The following information must be addressed in each vendor's submission in order for the FAA to determine a vendor's eligibility to participate further in any subsequent SIR. (Note: Each submission will be evaluated on an "acceptable/unacceptable" basis. Where a submission is found to be unacceptable in any area of a special standard of responsibility, the entire submission will be considered unacceptable). 1. Experience: (a) Document vendor's or predecessors experience with engineering and computer support services as identified in the attached PWS, Section 2, Areas of Effort, for ground-based National Airspace System (NAS) equipment or similar systems and equipment. Note: A predecessor corporation is a corporation, which has existed in the past, has been replaced by a corporation which exists today, and for which a legal chain of successorship can be documented. Mergers and acquisition activity accounts for such a predecessor-successor chain among corporations. In evaluating experience of vendors whose experience was attributed to a pre-existing or through a previous company, any such experience will be considered. The vendor's documented experience shall consist of a list of contracts containing the following information: (i) Contract number and contract type (ii) Contracting agency or business (e.g., DOD, FAA, NASA, any Federal agency, State of Oklahoma, etc.) (iii) Original contract dollar value and final contract dollar value (including options) (iv) A brief description of the contract effort (v) Largest number of employees associated with direct contract effort (vi) Name, address, telephone and FAX numbers for the Government Contracting Officer(s); for non-government contracts, provide the name, address, telephone and FAX numbers of business point of contact, liaison, etc. (b) Where inquiries made pursuant to (a)(vi) reveal the vendor's performance was unsatisfactory (e.g., terminated for default {partial or complete}, cure notice(s) issued, adverse administrative findings by government agencies at the federal, state or local level, etc.), the vendor will no longer be eligible to continue in the SIR process. 2. Organizational Management and Staffing: Vendors must demonstrate an ability to provide management and staffing commensurate with the demands of this requirement in the following areas: (a) Vendors must demonstrate that Contract Manager will be available at the time of contract award that meets the qualifications identified in the PWS. Documentation as to individual qualification may include a brief synopsis or resume of work experience. Resume should include present position or title, experience in managing contracts for similar services of scope and size (include duration or length of all experience), educational background, and training in sufficient detail to facilitate evaluation of qualifications and technical or management competence. (b) Vendors or predecessors must document/demonstrate that they have simultaneously employed and successfully administered, tracked, and managed 150 or more full-time employees for a period not less than one (1) year. Documentation may include, but is not limited to: 1) a spreadsheet identified month by month for the annual period containing a list of employees and their managers, and the contracts on which they performed, 2) signed certification with a list of employees with date of employment including employees' managers and the manager's qualifications. (c) Vendors or predecessors must document/demonstrate successful recruitment capabilities and competitive employee benefits in order to recruit and retain a highly educated and skilled work force. 3. Accounting System and Financial Capability: Provide documentation that your company: (a) Currently has an "acceptable" job cost accounting system for cost-reimbursable type contracts according to the Defense Contract Audit Agency (DCAA) standards. Identify your company's accounting system software package. Provide the date of and the name of the DCAA field office performing the latest accounting systems audit. Or, agree to obtain or develop a DCAA approved accounting system upon contract award at contractor's expense. (Note: The FAA will not pay any vouchers from a newly installed system until the new system has been tested by DCAA.) (b) Has the financial capacity to support biweekly expenses in the minimum amount of $2,000,000. (Note: Present contract biweekly voucher expenditures up to $2,000,000 are typical.) You must provide your latest financial statements, as well as letters of approved lines of credit of $10,000,000, or other financial arrangements, signed by offering financial institution. Any amendment(s) issued to this SIR1 will be published on this website. Therefore, it is the vendor's responsibility to view this website frequently for updates on this acquisition. A copy of the current contract and modifications, (DTFA-02-02-D-12127), can be downloaded from the AMQ Internet at http://amq.mmac.faa.gov/FOIA.asp Interested firms that can comply with and meet the special standards of responsibility addressed in this SIR1 should respond with their documentation as part of its submittal to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division Attn: AMQ-210/Phyllis Townsley Room 321, Multi-Purpose Building 6500 South MacArthur Blvd. P.O. Box 25082 Oklahoma City, OK 73125-4933 Note: For overnight mail the ZIP code is 73169 The date and time for receipt of responses is 3:30 p.m. local time, October 6, 2006, (facsimile responses are not permitted). Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. The FAA will not pay for any information received or proposal costs incurred in preparing responses to this SIR1. Submittals must be sealed and labeled as follows: Technical Documentation; (SIR1) DTFAAC-06-R-00394, identify TIER???(Tier 1, or Tier 2) and vendor's business size. Vendors should note that submittals in subsequent tiers may not be opened/evaluated. Submittals will not be returned to the vendor. The Contracting Officer will destroy any submittals not evaluated. AMS Clause, 3.6.1-7, Limitation on Subcontracting, AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, and AMS Provision 3.9.1-3, PROTEST, are applicable to this SIR 1. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses").
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4914)
 
Record
SN01132582-W 20060903/060901220733 (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.