Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOURCES SOUGHT

99 -- AIR TRAFFIC CONTROL OPTIMUM TRAINING SOLUTION (ATCOTS)

Notice Date
2/29/2008
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ATO-A FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-08-R-00012
 
Response Due
6/30/2008
 
Point of Contact
Darryl Anderson, (202) 267-7699
 
E-Mail Address
Email your questions to darryl.anderson@faa.gov
(darryl.anderson@faa.gov)
 
Description
INITIAL SCREENING REQUEST for AIR TRAFFIC CONTROL OPTIMUM TRAINING SOLUTION (ATCOTS) CONTRACT SIR DTFAWA-08-R-00012 This announcement is the initial Screening Information Request (SIR) in a Two-Step SIR process. The applicable NAICS is 611430: Professional Development Training. The ATCOTS program seeks to improve the way FAA meets Air Traffic Control (ATC) training needs. Contractor resources are required to provide the scope of services needed to maintain and improve ATC training while the FAA continues to modernize the National Airspace System (NAS) to meet future demands. The attached performance work statement (PWS) establishes the scope of services to be provided by a single contractor under a performance-based contract. The FAA intends to award a performance-based contract service contract to provide lifecycle ATC technical training support as described in the SIR. The pathway to the performance-based contract includes the consolidation of the current FAA field Training Support for Air Traffic (TSAT) contract and the FAA Academy Instructional Support Services (ISS) contract which will provide a contractor a greater ability to holistically examine the entire air traffic controller training lifecycle. This approach enables the contractor to better integrate training activities throughout the training cycle and to suggest ways to improve the training process. Additionally, changes to the ATC training environment can be developed and implemented effectively through discrete process improvement proposals. SIR Process: The FAA will perform a two step process for selecting the successful ATCOTS contractor. In response to the initial SIR, interested offerors must provide information that demonstrates their capability and experience to perform the services described in the SIR. The information provided must be relevant in size, scope, and complexity to the ATCOTS requirements. Interested offerors should refer to Sections L.5 AND L.6 of the SIR. The FAA will evaluate the responses to the initial SIR and select the offerors most likely to receive award. Only those offerors remaining after the down-select decision will be permitted to participate in the second step of the SIR process. The FAA intends to make a down-select decision based on the information contained in Volumes I and II in Section L. The FAA will request detailed proposals from the remaining offerors that must comply with the submission and delivery instructions for Volumes III - VII in Section L. SIR Description and Instructions: Interested offerors shall find that the solicitation provided in this initial screening request omits specific sections of the SIR. The FAA intends to make the full SIR Request for Offer (RFO) only available to the down-selected offerors. The SIR provides a path for migration to a performance-based contract. After the down-select decision, remaining offerors may be invited to propose a "pilot program" for one or more key training sites for the FAA to validate innovations in this portion of the awarded contract. Parameters for the pilot program will be supplied with the RFO materials. Additionally, offerors will propose acceptable performance levels, metrics and weights in the Performance Requirements Summary (PRS) document that the FAA would evaluate for award and then use post-award as a subset of information upon which to base fee incentive decisions. The FAA recognizes that some of the attached documents reference attachments and/or data that may not have been provided in this initial SIR release. However, for those sections that have not been provided, the FAA has provided additional information so that interested offerors may anticipate and formulate expectations for decision and planning purposes. For example, this announcement contains representative site data which may assist offerors in better understanding subsets of the FAA training environment. Due to the wide range of types of sites and fluctuations in numbers of students, at different stages of training, this is not an exhaustive presentation. The PWS portrays, and the awardee will have to perform, a much broader range of training. The FAA may be posting additional data - the timing or quantity of that posting will not be grounds for extending proposal deadlines. As another example, Section B has not been provided with this initial SIR because the FAA needs to validate and complete the data and requirements that will be provided to the offerors to develop their cost/price proposals. This data could impact pricing assumptions and structure, award/incentive decisions, and could ultimately affect the offeror's pricing methodology for the scope of services needed. In addition to the attachments provided in this announcement, the following links to the FAA's Air Traffic Technical Training Order 3120.4L and the FAA's Workplan for the Air Traffic Controller Workforce is provided for information purposes only. 3120.4L http://www.faa.gov/airports_airtraffic/air_traffic/publications/at_orders/media/TRN.pdf Workplan http://www.faa.gov/airports_airtraffic/air_traffic/controller_staffing/media/CWFP_final2007.pdf The FAA is planning to award a hybrid contract. Based on market survey responses, the FAA intends to award a Cost Reimbursable type contract with provisions for incentives or award fees or a combination of both. The FAA contemplates a 10 year period of performance for the anticipated ATCOTS contract. Offeror's responses to the first step of the process must be submitted and delivered in compliance with Section L.3 of the SIR to the following address: Federal Aviation Administration (FAA) ATTN: Darryl Anderson, Contracting Officer, AJA-48 Room 406 800 Independence Ave. SW Washington, DC 20591 Proposals Volumes I-II must be submitted to the address above no later than Monday, March 17, 2008 at 3:00pm Eastern Daylight Time. Proposals received after the specified time will not be considered. Refer to Section L.3.3 for additional guidance.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6467)
 
Record
SN01520678-W 20080302/080229224121 (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.