Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

99 -- Market Survey/Request for Capability Statement: Support to Associate Administrator for Airports (ARP) for National Infrastructure, Information Systems Security, and Certification and Compliance Support Contract

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-481 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-07-R-00123
 
Response Due
12/6/2006
 
Archive Date
1/5/2007
 
Description
Market Survey/Request for Capability Statement Support to Associate Administrator for Airports (ARP) for National Infrastructure, Information Systems Security, and Certification and Compliance Support Contract This is a Market Survey for support services to provide consolidation, management, maintenance, and support of ARP networks, personal computers, applications/systems, Information Systems Assurance, and end-user support for ARP in FAA Headquarters and all Regional and District Offices identified in the attached Statement of Work (Section C). The contractor will manage and maintain the ARP Internet and Intranet web site, as well as develop web sites and database systems. This includes maintaining HQ and regional ARP Internet and Intranet sites to FAA standards; providing assistance to ARP regional offices in maintaining their regional web sites to FAA standards; and assisting ARP HQ and regions in certifying that all internet web content is current, valid, and meets all requirements as stated in the ARP Web Strategy. The contractor will also assess and recommend ARP Cost Control initiatives with specific targets and activities for reducing targeted IT costs. The contractor will also perform the following security tasks: a.Develop a comprehensive assessment of current ARP HQ information systems architecture, IT platforms and applications b.Make recommendations and assist in the implementation of ARP system upgrades and enhancements for application deployments/roll-outs, systems migration, single sign-on systems, automated security patch updates, and network systems monitoring, maintenance and management. c.Draft ARP functional area standard operating procedures (SOPs) and performance metrics. d.Assist in the development, production and standardization of necessary ARP technical and functional documentation. e.Assist in creating, reviewing, and implementing FAA Information Systems Security policy, practices, and procedures whenever ARP is a stakeholder in the results. f.Recommend/provide protection from external interfaces that directly link into the ARP network environment. g.Develop a software distribution system and processes, specific to ARP, to include distribution of critical software security patches and fixes. h.Develop recommendations for security mitigation measures, some of which are ARP-wide and some of which apply to individual systems. i.Provide Security Certification and Accreditation support. j.Perform Systems Test and Evaluation (ST&E) activities as needed to support Security Certification and Accreditation. The FAA envisions that the following labor categories or equivalent titles will be utilized: Project Manager Senior Programmer/Analyst Consultant Network Administrator Senior Business Process Reengineering Specialist Senior Applications Engineer Network Engineer Information Engineer Senior Database Management Specialist Administrative Assistant Senior Computer Security Systems Specialist Principal Systems Engineer Junior Network Engineer Principal Programmer/Analyst Senior Technical Writer/Editor Senior Computer Systems Analyst Network Operations Specialist Senior Training Specialist This is not a screening information request or request for proposal. The FAA is not seeking or accepting unsolicited proposals. The FAA is seeking interested sources that are capable of assisting ARP in the tasks enumerated above. (See attached Statement of Work). If the FAA issues a solicitation, the resulting contract is anticipated to be cost plus fixed fee (CPFF), with a base period of one year and four option periods of one year each for a total performance period of five years. In accordance with FAA Acquisition Management System policy, this market survey is to solicit statements of interest and capabilities from all interested business concerns, including SBA certified 8(a) firms and other small business concerns. This market survey also seeks to identify potential vendors for this contract including groups of business teams. Furthermore, this survey will aid the FAA in its determination as to whether adequate competition exists to set-aside part or all of the competition amongst eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) program. This market survey will also, determine if other small businesses such as Women Owned businesses, Service Disabled Veteran Businesses or whether it is more appropriate to conduct this procurement as a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 541511-Custom Computer Programming Services. The small business size standard is a maximum of $23.0 million in average annual receipts. Information on the calculation of average annual receipts can be found in 13 CFR 121.104. In order to make this determination the FAA requires the following information from interested vendors: 1.Capability Statement (Limited to five pages) - this document should address your firm's capability to provide support services to the agency as detailed in the Statement of Work. 2.Business Declaration Form (see attached). 3.Expected programmatic approach (in-house, teaming, subcontracting, etc.) If respondent is an eligible 8(a) certified business or other small business, provide a strategy in terms of percentage of work to be completed by the 8(a) or small business respondent. (Limited to three pages). 4.A list of all teaming partners with a description of each partner's responsibility. (Limited to one page). 5.Comments concerning the attached Draft Statement of Work (SOW) are welcome and optional. The FAA may or may not respond to any comments received. The functions identified in the attached SOW are to be continued throughout the period of performance of the contract. This market survey is for information purposes only and shall not be construed as a commitment or a promise to contract by the Government. All submissions must be received by 4:00 p.m. Eastern Standard time on December 6, 2006. Submission may be made electronically to heather.j.coyle@faa.gov or mailed to: Department of Transportation Federal Aviation Administration Attn: Heather Coyle, AJA-481 800 Independence Avenue, SW Washington, D.C. 20591 (202) 493-4952 Attachments: Statement of Work Business Declaration
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5261)
 
Record
SN01185542-W 20061124/061122220303 (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  © 1994-2020, Loren Data Corp.