Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2006 FBO #1847
MODIFICATION

99 -- AFTIL Market Survey/Sources Sought

Notice Date
12/15/2006
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJP-7551 W.J. Hughes Tech Center (ACT)
 
ZIP Code
00000
 
Solicitation Number
5260
 
Response Due
1/8/2007
 
Archive Date
1/5/2007
 
Description
Amendment 3 follows: The FAA is expanding the AFTIL market survey to seek responses from qualified, small businesses. If you have previously responded to this market survey as either a Socially and Economically Disadvantaged - 8(a) or a Service Disabled Veteran Owned Small Business (SDVOSB) entity, you are not required to resubmit. If your firm meets the small business size standard (NAICS 541330, $4.5 million) and has the requisite corporate capabilities to perform the tasks outlined in the attached Statement of Work (SOW), you are invited to submit the following items: -Completed Business Declaration Form, (attached) -A capability summary of not more than 8 pages that addresses corporate capabilities specific to accomplishing the work described in the SOW and transition of existing contract in a seamless manner. The summary should include information on how contractor personnel will be supplied, i.e., currently available as employees of the prime, subcontractor arrangements, etc. Potential sources are cautioned that no further announcements may be made if a competitive small business set-aside is accomplished. Responses are due by 2 p.m., local time, January 8, 2007 and may be directed to FAA William J. Hughes Technical Center, Attn: Phyliss Schlegel (AJP-7551), Atlantic City International Airport, NJ 08405. Submissions shall be marked "AFTIL Small Business Market Survey Responses" and shall include one (1) original and three (3) copies. ----------------------------------------------------------------------- Amendment 2 follows: This is the second amendment to AFTIL Market Survey. 1. The following changes should be made, pen and ink, to Paragraph 9 of the Draft Statement of Work: a) The abbreviation (SME) is deleted from the Computer Aided Design (CAD) and 3D Real-Time Modeling Specialist labor category; b) AT Specialist (AA): is corrected to read AT Specialist: and c) The Administrative Assistant labor category is deleted. 2. There were several questions posed regarding the predecessor contract. Question: Who was the contractor and are they eligible to compete? Answer: The contract was awarded to Joseph Sheairs Associates. This SEDB firm subsequently became part of L-3 Ilex. As such, they are a large business and no longer a viable competitor if the FAA sets this aside for SEDBs or for any small business category. Question: Are the current employees available as part of any potential transition? Answer: Arrangements between employees and their employers is on a free will basis. The FAA is not able to speak to the current employees' availability. Question: What was the contract number, start date, expiration date and value? The Contract # was DTFA03-00-D-00022, Delivery Order 0002. The Delivery Order started in February, 2001 and is scheduled to expire in June, 2007. The total dollars obligated to date are $6,977,759.37; however, this order also covered work for Flight Support Services (FSS). FSS was recently re-competed and awarded as a separate contract and is not included in the current SOW. It is estimated that 35% of the funding on Delivery Order 0002 was used for FSS. Question: When do you expect to award the follow-on contract? Answer: This is a market survey/sources sought announcement, with the single purpose of discovering the capable competition available in the SEDB and SDVOSB business community. Timelines for the follow-on contract have not been established. 3. Question: Our firm has experience in the tools mentioned but we do not have expertise related specifically to FAA or its operational needs. Is this knowledge of FAA component essential? Answer: Demonstration of the requisite corporate experience in the tools is essential, regardless of whether the work environment was FAA, NASA, military, commercial customer, etc. 4. Amendment 1 requested that SDVOSB firms include a certifying letter from the Small Business Administration. This is not required. However, SDVOSBs can establish their eligibility to compete in this category by either providing: A letter from their local Veterans Administration (VA) showing that the owner is a service connected disabled veteran with a rated disability; or A copy of the rating letter received from the VA or the military service awarding the rating after redacting the percentage, reason for the rating or other person information not necessary for the certification. 5. A request was made to change the North American Industry Code Standard. Upon review, the FAA is satisfied that the Engineering Services, 541330, is appropriate for the work contemplated. -------------End of Amendment 2----------------------------------- The market survey is hereby expanded to include Service-Disabled Veteran Owned Small Businesses (SDVOSB). SDVOSBs possessing the requisite capabilities to accomplish the tasks in the SOW work are invited to respond by 2 p.m. local time on December 12, 2006 and shall provide all items requested in the original announcement, including a copy of a letter from the Small Business Administration certifying their status as an SDVOSB. The due date for submissions from SEDB/8(a) firms is unchanged, i.e. due by 2 p.m., local time, December 6, 2006. All submissions shall be delivered to: Federal Aviation Administration William J. Hughes Technical Center Engineering Services Acquisition Sub-Team (AJP-7551) Attn: P. Schlegel Atlantic City International Airport, NJ 08405 Submissions shall be marked "AFTIL Market Survey Responses" and must include one (1) original and three (3) copies. --------------End of Amendment-------------------------------------------- This public announcement is being issued in accordance with the Federal Aviation Administration's (FAA) Acquisition Management System Section 3.2.2.4. It is a survey, not a solicitation, to determine interest and capabilities of interested Small Economically Disadvantaged Businesses (SEDB). A predecessor contract, #DTFA03-00-D-00022, Delivery Order 0002, was originally awarded to a SEDB firm. The FAA has an ongoing need for some, but not all, of the tasks that were in this order. This market survey is being conducted to aid the FAA in determining whether adequate competition exists to set aside competition to SEDBs. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. The North American Industry Code Standard for the work comtemplated is 541330, Engineering Services. The size standard is $4.5 million. A draft Statement of Work for Airport Facilities Terminal Integration Laboratory (AFTIL) support services is attached. The FAA has a need for these requirements for the next five years. Interested companies are required to provide: -A copy of a letter from the Small Business Administratin certifying their status as a SEDB/8(a) firm. -Completed Business Declaration Form, (attached) -A capability summary of not more than 8 pages that addresses corporate capabilities specific to accomplish this work and transition of existing contract in a seamless manner. The summary should include information on how contractor personnel will be supplied, i.e., currently available as employees of the prime, subcontractor arrangements, etc. Submission of these items is requested by 2 p.m. local time on December 6, 2006. The FAA is not liable for costs associated with the preparation and submittal of responses to this announcement. Brochures alone will not be considered sufficient documentation for demonstration of capabilities. Responses will not be returned. This is not a request for competitive proposals and will not result in a contract award. No telephone inquiries will be accepted. This is a sources sought announcement so no solicitation exists; please do not request one. If a solicitation is issued, it will be synopsized on the FAA's contract opportunities web page and it is the responsibility of potential offerors to monitor this site for release. If a determination to set this requirement aside for SEDBs is made, failure to respond to this announcement may result in exclusion of offeror from completition since the competition may be released to qualified, responding SEDBs. Inquiries relative to this announcement are to be submitted in writing only via e-mail to Phyliss.Schlegel @faa.gov.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5260)
 
Record
SN01197403-W 20061217/061215220424 (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.