Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
MODIFICATION

99 -- SUPPORT SERVICES IN ENGNiEERING, TECH. PERSONNEL & INSTALLATION OF COMMUNICATION & TELECOM PROJECTS AT VARIOUS COMM. FACILITIES IN THE NAS SUCH AS (RCAG), BACK-UP EMERG. COMM. (BUEC),RTR & REMOTE COMM. OUTLET (RCO).

Notice Date
2/15/2007
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AWP-55 Western Pacific Region (AWP)
 
ZIP Code
00000
 
Solicitation Number
DTFAWP-07-R-00012
 
Response Due
3/3/2007
 
Archive Date
3/18/2007
 
Description
ATTENTION: THIS PROJECT IS SET-ASIDE FOR TOTAL SMALL BUSINESSES. ALSO, THE CLOSING DATE HAS BEEN EXTENDED TO MARCH 3, 2007. This is a Market Survey/Request for information. This is not a Screening Information Request(SIR)or a Request for Offer(RFO)of any kind. Further, the FAA is NOT seeking or accepting unsolicited proposals. All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from Industry in response to this Market Survey/Request for Information. Therefore, any costs associated with this Market Survey/Request for Information submissions will be solely at the interested parties expense. The Purpose of this Market Survey/Request for Information is to improve the Government's understanding of the current marketplace, obtain information on available resources, and gain insight into industry capabilities. THIS IS A TOTAL SET-ASIDE FOR SMALL BUSINESSES. Scope of work: The attached Draft Statement of Work(SOW) describes the needs and requirements of the FAA with regard to this procurement. Interested Vendors must respond to this market survey by providing the items listed below: Capabilities Statement: A capabilities statement which demonstrates the vendor's ability to provide the services in the attached Draft SOW. This includes the vendor's ability to provide appropriate levels of experienced and qualified personnel capable of supporting the task areas. Vendors should indicate labor categories thy believe are necessary to accomplish the SOW, and the number of individuals needed in each category. Programmatic Approach: Vendors must discuss both their expected programmatic approach to successfully providing these services. This includes discussion of potential teaming arrangements. Past Experience: Provide Past or Current contracts for work similar in scope and complexity to that described in the attached SOW, vendors must demonstrate in narrative form direct and recent experience and capabilities with the services and requirements of the SOW. At a minimum, vendors must identify the Government or Commercial entity for whom work was performed, provide the contract number, and provide a description of the work performed. Accounting System: Vendors must provide clear evidence to support that they have a Defense Contract Audit Agency(DCAA)-approved accounting system. Business Declaration- Vendors must complete and submit the attached Business Declaration Form. All Submissions must be received by February 16, 2007. Electronic submission is preferred and should be sent to bj.fisher@faa.gov. If necessary hard copies can be mailed to: Federal Aviation Administration Attn: BJ Fisher, AWP-55 RM 5018 1500 Aviation Blvd. Rm. 5018 Los Angeles, CA 90009-2007 Telephonic requests will not be accepted. Draft Statement of Work (SOW) Program, Acquisition, Fabrication and Installation Support to WSA Communication Engineering Center Los Angeles Solicitation Elements I. Background The Western Service Area Communication Engineering Center Los Angeles (WSA CEC LA) formerly Los Angeles Implementation Center, ANI-970 Communication and Telecommunication Platform is responsible for engineering, field implementation and upgrading of radio communication equipment serving FAA facilities across the US. The organization is now spearheading the Next Generation Air/Ground Communications (NEXCOM) Program - an integrated fabrication and installation effort to modernize FAA radio communications. An important element of the NEXCOM Program involves WSA CEC LA collaborating with FAA Service Areas to (1) engineer and produce pre-wired communication racks that will be used in various FAA communication facilities in the National Airspace System (NAS) such as Remote Communication Air-Ground (RCAG), Back-up Emergency Communication (BUEC), Radio Transmitter Receiver (RTR), and Remote Communications Outlet (RCO), and (2) provide technical personnel to perform site preparation and electronic installation of these racks along with the communication equipment at FAA facilities in the National Airspace System (NAS). The racks contain NEXCOM VHF Multimode Digital Radios (MDR) and UHF Radio Replacement Radios (i.e. CAVU-2100s and CM-300/350 respectively) and supporting components (i.e. Radio Control Equipment (RCE), power strips, RF Patch Panels???.). The purpose of this solicitation is to acquire contractor services to assist the Western Service Area (WSA), the Central Service Area (CSA), and Eastern Service Area (ESA) on the NEXCOM Program. These services, which will be implemented under direction of a project engineer from the WSA Communication Engineering Center Los Angeles, will provide support for the three service areas in performing acquisition, rack fabrication and engineering, and field installation activities to implement radio communications at their facilities. The types of FAA facilities that will receive racks include: ARTCC, RCAG, BUEC, AFSS, FSS, RCO, TRACONS, RAPCONS, ATCT, and RTR. II. Scope of Work This program involves a combination of management, technical engineering and equipment fabrication, logistics, and installation services to provide voice communication capabilities at FAA facilities. The services will support WSA Communication Engineering Center Los Angeles in building and installing RCAG, BUEC, RTR, and RCO Racks at communication facilities across all FAA Service Areas. The contractor will perform all work, fabrication and installation, at FAA sites. Guidance for this work is reflected in the following FAA directives and standards such as FAA STD-19, National Electrical Codes, etc.... The tasks under the NEXCOM Fabrication and Installation fall within four basic areas of support: (1) Program Management (2) Acquisition, (3) Manufacturing and Engineering, and (4) Installation. These areas include the specific work elements documented below. A. Program Tasks 1. Program Management Program Management support for this effort will supplement the FAA in the planning, monitoring, and reporting of the Radio Deployment Program. This will involve (1) working with ESA, CSA, WSA and the Air/Ground Communications Program Office. To do this, the contractor will assist WSA CEC LA project engineer in: ?? As required generating cost estimates and schedules; developing field installation packages; coordinating with the District Offices, System Support Centers and other FAA organization on the project scope agreements; developing project scope agreements, risk mitigation, transition and cut-over plans; submitting documents required for the project such as frequency request, work permit ??? etc. ?? Managing the floating crews (i.e. Scheduling, travel, equipment, vehicles, tracking cost ???.) and technicians responsible for the rack fabrication. ?? Tracking project schedule and cost for the WSA CEC LA NEXCOM projects and rack fabrication. Performing analysis on data and providing results to the Program Office and WSA CEC LA Program Manager and engineer. ?? Providing data on actual cost to EVM analyst at Service Area that has floating crew. ?? Assisting field installation as needed and update the Air/Ground Communications site survey database. ?? Maintaining inventory list of on hand parts and materials used in rack fabrication and updating list on a monthly basis and/or as needed. Informing WSA CEC LA project engineer when inventory is low or when it may impact rack fabrication production. ?? Scheduling with a shipping company for pick up and delivery of fabricated racks on a weekly basis or as needed. ?? Coordinating with the Program Office on rack schedule delivery and requirements. ?? As needed maintaining and updating rack fabrication drawings. 2. Acquisition Support Acquisition services will support the FAA in acquiring radio communications equipment. This will involve (1) identifying the needs of different air traffic facilities for Remote Communication Air-Ground and Back-up Emergency Communication racks and NEXCOM Multimode Digital Radio and UHF Replacement Radios, and (2) arranging for the acquisition, fabrication, and installation of this and related equipment. To do this, the contractor will assist WSA CEC LA in: ?? Assessing advances in telecommunication technology components that offer system improvements to RCAG and BUEC racks. ?? Establishing qualified vendor lists and negotiating near- and long-term equipment purchases with vendors. ?? Conducting vendor equipment quality and cost comparisons and exploring opportunities for cost-saving acquisitions. ?? Working with equipment vendors to define equipment type and delivery schedules to meet Rack requirements. ?? Interacting with field facilities to gauge facility needs and priorities, and forecast inventory requirements ?? Ordering parts and components and, through employing bar coding mechanisms, maintaining parts and component inventory that tracks the status of project materials ?? Monitoring equipment failure rates according to type and phase categories ?? Generating cost estimates and site installation schedules - coordinating manufacturing and facility delivery schedules to ensure schedule adherence and efficient deployment of installation teams ?? Testing vendor-provided parts and components, applying FAA TI 6650.21A and Notice JO N 6600.40 ?? Coordinating with FAA AWP Material Management in requisitioning and delivery of project materials. ?? Assisting in purchasing of parts and materials for WSA CEC LA NEXCOM projects. 3. Manufacturing and Engineering Support Support in this area encompasses fabricating RCAG, BUEC, RTR, and RCO Racks, supplying engineering support to define and document the dimensions and layout of new equipment, and conducting equipment tests. The contractor will assist WSA CEC LA through: ?? Producing, prepping, and shipping 30 fabricated racks per month for use in NEXCOM projects ?? Conducting sub- and top- assembly tests to ensure that racks are produced in accordance with data sheet specifications ?? Preparing preliminary and final design drawing packages detailing the internal fabrication and fabricated racks used for various communication facilities ?? Developing red line drawings for submission to Western Engineering Services LA Office ?? Creating and updating mechanical, electrical, and electronic drawings relating to communication projects with Computer Aided Design (CAD) tools. ?? Assisting project engineer in developing and tracking a material system to aid in the ordering of material for the rack fabrication effort. ?? Providing updates on bare racks, completed fabricated racks, and in progress racks to the Program Office and WSA CEC LA project engineer on a weekly basis. 4. Installation Support Support in this area covers activities to plan and implement site prep, racks and electronic equipment and generate equipment documentation. The activities involve significant pre-installation planning and interaction with FAA organizations to validate requirements and installation plans. Installation support will be bases on task order assignments. These task orders will be arranged by Engineering Services (ES) Offices to be supported and based on the work to be performed per Quarter. The contractor will assist WSA CEC LA through: ?? Conducting field surveys and developing field installation packages detailing installation plans, equipment, and time requirements. ?? Supporting project engineers in pre-installation meetings with System Support Center and System Maintenance Office. ?? Performing and assisting in installation, testing, and system integration of equipment/system. Installation may involve drilling holes in asbestos floor tile, climbing antenna towers greater 100 feet to mount antennas and running coaxial cables along the side of the towers. Because of the hazardous work involve each installation support personnel must have a certification that allows him/her to drill holes in asbestos floor plus a climbing certification. ?? Providing feedback to FAA engineers in resolving problems concerning equipment/system installation and improving installation process. ?? Assisting field installation crew and engineers in resolving and correcting wiring problems and any other problems associated with the fabricated racks ?? Updating the Air/Ground Communications site survey database. B. Government Furnished Property (GFP)/Government Furnished Equipment (GFE) Information will be provided in the solicitation C. Truck/Equipment Leases Information will be provided in the solicitation D. Duty Station and Travel Location will be assignment dependent. 1) The rack fabrication, engineering support, earned value management and program management can be performed at the address below at no cost to the contractor. If the contractor chooses to use his own facility, the contractor's facility shall be or with in a 50 mile radius of the FAA WSA LA Office, which is located in Hawthorne, CA. 2) The installation support effort will be at government facilities in various locations throughout the United States. The Duty Station of each installation support will be identified to the FAA prior to the start of work. Authorization to travel and the duration of task assignments will be issued and approved by the Project Engineer (PE) or their manager prior to start of assignment. When the duration of task assignment is known to be insufficient to complete the task, the PE or their manager must be notified and a request to extend must be authorized. Travel costs shall not exceed the Government Per Diem rates per person per day while in travel status as defined in the Federal Aviation Administration Travel Policy. When beneficial to the government and available, the contractor shall use government vehicle. Time and Attendance will be based on a 40 hour work week. Any requests for overtime shall be submitted and approved in advance of any hours over 40 hours in a work week. FAA justification, from the Service Area Office being supported, may be requested prior to approval. Ontario SSC (formerly ONT TRACON) 1130 S. Archibald Avenue Ontario, CA 91761 E. Deliverables and Documentation The contractor will be required to prepare and submit the deliverables and documents identified in the table below. These products provide detailed maps and schematics on rack requirements and the fabrications and on facility installation requirements and results. F. Reporting Requirements The contractor will be required to prepare and submit the following status reports to provide up-to-date information on the progress of program assignments, issues in need of resolution, and future program needs. 1. Trip Reports 2. Weekly status/progress on installation assignments 3. Monthly Reports - the report for each month, which is due on the 15th of the following month, will include the following for fabrication and installation: a. Financial and Budget Status b. Earned Value Management c. Accomplishments for Month d. Planned Activities for Next Month e. Status of Project Materials, Parts and Equipment f. Problems and Issues for Resolution G. Contractor Furnished Material The contractor shall provide documentation showing compliance with OSHA safety requirements. In accordance with FAA Order 3900.19B and other FAA policies the contractor shall submit to the Contracting Offer thirty (30) days after award of contract a written accident prevention plan (health and safety plan) per 29 CFR 1926 Subpart C. The safety plan shall be generic. However when project site1 and intended scope of work 2,3,4 are known the emergency contact list and map/direction of the nearest emergency care center should be provided along with the generic safety plan. The safety plan should contain as a minimum the following major elements: 1. Management commitment and assignment of responsibilities 2. Safety communications 3. Hazard assessment and control 4. Accident/exposure investigation 5. Safety planning, rules & work procedures2 6. Safety and health training and instruction 7. Record keeping and documentation ?? Emergency contact list (e.g. local first-responders, FAA points of contact, etc.) and map/directions to the nearest emergency care center. ?? Specific OSHA (29 CFR 1910 and 1926) safety standards applicable for the work involved (e.g. trenching/shoring, fall protection, lock-out/tag-out, portable hand and power tools, cold and heat stress, PPEs, emergency action plan, etc.) ?? Any chemicals/hazardous substances to be brought on-site must have an MSDS and be included for review by the facility's Sector Environmental Compliance Manager (SECM). ?? Unanticipated chemicals to be brought on-site must first be coordinated with the facility's SECM no less than 24 hours of bringing them on-site III. Section H - Personnel Qualifications and Key Personnel The following enumerates the education and experience qualifications for the nine categories of personnel required to support this program. The FAA has designated three of the nine labor categories - Program Manager, Technical Manager, and Production Supervisor- as key personnel. Program Manager: The Program Manager must have a master's degree in Computer Science, Mathematics, Engineering, Statistics, Business Administration or related field and eight (8) years of management experience (1) acting as the primary interface with government program authorities and representatives on technical and program/project issues, (2) supervising program operations by developing procedures, (3) planning and directing execution of the technical support effort, and (4) monitoring and reporting progress. Technical Manager: The Technical Manager must hold a BS in Electrical Engineering; twelve years of engineering experience in managing installation of FAA voice and telecommunications systems will substitute for the education requirement. He or she must have an in depth understanding of voice and telecommunications technology and National Airspace (NAS) operations and ten years of experience on NAS-related telecommunication/radio communications projects in the field. Background in supporting integrated fabrication and installation is critical. Production Supervisor: The production supervisor must have at least ten years of experience in managing and participating on FAA voice and telecommunication rack fabrication projects. He or she must have experience in conducting fabrication quality control and in testing fabricated racks. He or she also must understand NAS operations and facilities. Electronics Technician: Electronics Technicians must have at least two years of field installation experience in communications and/or telecommunications, preferably experience in installation and integration of FAA communication equipment/systems. They must have a basic understanding in the use of manual and power tools, test equipment such as multi-meter, ohmmeter, power meter, oscilloscope, etc. and must be able to climb antenna towers 100 feet or greater. Electronics Engineer: Electronics Engineers must have an electronics engineering degree and a minimum of two years experience in communication and telecommunication field. They must posses a basic understanding of communication theories and principles. Knowledge in design, integration, and installation of FAA communication equipment/system preferred. CAD Operator: CAD Operators must have a minimum of two years of experience in the use of Computer Aided Drafting (CAD) software such as AutoCAD and Microstation. Electronics Assembler: Assemblers must be skilled in all aspects of wiring. They must be able to (a) crimp pins, using both hand and semi-automatic crimping tools; (b) solder a variety of electrical components; (c) strip wire using Thermal, hand and semi-automatic strippers; (d) read schematics and blue prints; and (e) use a variety of crimping and extraction tools. EVM Analyst: EVM Analysts must hold an Associates degree in Engineering, Finance, Business Administration, or Accounting. Certification or training in project and schedule management preferred. They must have a minimum 2 to 4 years in business or project management, including two years in project planning, analysis and control and EVM. Program Analyst: Program Analysts must have an Associates Degree in Engineering, Finance, Business Administration, or Accounting. Certification or training in project and schedule management is preferred. Analysts must have a minimum two to four years in business or project management, including experience in project planning, analysis and control.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5389)
 
Record
SN01232806-W 20070217/070215220446 (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.