Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOURCES SOUGHT

M -- AIR TRAFFIC CONTROLL AT MOFFETT FEDERAL AIRFIELD

Notice Date
3/18/2008
 
Notice Type
Sources Sought
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
ATC-Request_for_Information
 
Response Due
4/1/2008
 
Archive Date
3/18/2009
 
Point of Contact
Veronica Llamas, Contracting Officer, Phone 650-604-5626, Fax 650-604-0932, Email Veronica.Llamas-1@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270, Email Ronnee.R.Gonzalez@nasa.gov
 
E-Mail Address
Email your questions to Veronica Llamas
(Veronica.Llamas-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for Air Traffic Control Service at Moffett Federal Airfield, CA. This notice is issued by the NASA/ARC to post a draft Statement of Work via the internet, and solicit responses from interested parties. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Part I. PURPOSE OF SYNOPSIS This synopsis has two purposes: to request information on capabilities of potential offerors and to request information regarding preferred contracting approach. In addition, please provide an estimate of the cost for the SOW requirement. Part II. SUMMARY OF PROPOSED WORK BACKGROUND: Moffett Federal Airfield (MFA) is restricted to 25,000 operations per year in accordance with the Environmental Impact Statement; MFA is a federal facility consequently all landing request require a Prior Permission Request (PPR). The airfield is open 24 hours per day 7days per week, however the tower is open 16 hours per day 7 days per week with Unicom operations after hours. The Contractor should consider other operating models when responding to the RFI: besides the normal 16hr per day 7 days per week schedule consider for example 10 hours per day 6 days per week between the hours of 7 & 5 pm with Unicom operations during off hours. The Government requests information considering the operating environment and level of operations conducted at MFA. NOTE: You may respond to either Section III or Section IV or to both sections of this synopsis. The page limitation on Section III is shown below. There is no page limitation for Section IV. Part III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES 1) Capability Information: To request information on capabilities of potential offerors to provide the services described in the attached Statement of Work in order to determine if this will be a small business set-aside and the feasibility of requiring these services separately or combining with the current contract providing Aircraft and Airfield support, but not Air Traffic Control Services. Current Aircraft and Airfield support contract is with L-3 Communications Vertex Airspace and ends May 2009. Current Air Traffic Control services are being obtained through the California National Guard. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 20 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Procurement related questions should be directed to: Veronica Llamas at Veronica.Llamas-1@nasa.gov with a copy sent to Ronnee Gonz?lez at Ronnee.R.Gonzalez@nasa.gov. 2) Preferred Contracting Approach: To request information from interested parties regarding their preferred contracting approach, including contract type, to provide the services described in the Description of Services. All acquisition methods are being considered by the Government including the use of a Government-wide Acquisition Contract (GWAC). IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to this potential procurement that will enhance competition and provide business opportunities. There is no limit on the page length to your response to ?Contracting Approach.? The required font type is Arial and font size should be no smaller than size 12. The Government is requesting feedback in the following areas for consideration during acquisition planning: a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals, if small business goals are incorporated into the contract, for Small Business, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business. b) Use of Incentives: ARC is considering the use of an incentive structure to evaluate performance. In an attempt to determine the feasibility of incentive approaches for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions: 1) Performance incentives: Please provide your view regarding incentive fee, award fee, award term, and/or other appropriate incentives for contractor performance. 2) How would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, identifying opportunities for technical and administrative improvement, or cost? 3) What type of evaluation criteria would you recommend for this type of procurement? c) Technical Information: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)? d) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the Description of Services as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH. V. YOUR RESPONSE TO THE SYNOPSIS Verbal questions will not be accepted. All questions MUST be in writing and should also be directed to Veronica Llamas at Veronica.Llamas-1@nasa.gov with a copy sent to Ronnee Gonz?lez at Ronnee.R.Gonzalez@nasa.gov. Questions shall be received no later than March 26, 2008. All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than 4:00PM (PT), Tuesday, April 1, 2008. Please reference ATC RFI in the subject line and all attachments. Please respond via electronic mail (e-mail) to Veronica Llamas at Veronica.Llamas-1@nasa.gov with a copy sent to Ronnee Gonz?lez at Ronnee.R.Gonzalez@nasa.gov. If an interested party requests confirmation of receipt, we will confirm receipt. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#129194
 
Record
SN01535629-W 20080320/080318225118 (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.