Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2008 FBO #2357
SOLICITATION NOTICE

99 -- System Operations Management and Administrative Support Services (SOMASS)

Notice Date
5/8/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-48 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
6669
 
Response Due
6/30/2008
 
Point of Contact
Eugene Kimbrough, (202) 493-4397
 
Small Business Set-Aside
N/A
 
Description
Market Survey Capability Assessment for SOMASS: In accordance with A.M.S.3.2.1.3.12 of the Federal Aviation Administration Acquisition Management System (FAAAMS), industry is hereby informed that the FAA has a potential maximum five-year contract requirement to provide management and administrative services for the FAA's System Operations Management and Administrative Support Services (SOMASS) contract. The purpose of the Market Survey is to gain knowledge of interested and qualified Service Disabled Veteran Owned Businesses (SDVOSB) who can provide management and administrative services for the FAA's System Operations Management and Administrative Support Services (SOMASS) contract. This notice is for informational and planning purposes only. This is not a solicitation. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. The Government will not reimburse any costs for providing information, documentation, and or data submitted or preparation costs for submittals in response to this notice. The FAA is not seeking or accepting unsolicited proposals. Since this is for information and planning purposes, no evaluation letters or results will be issued to respondents. ATO-R is responsible for overall traffic flow management, planning, analysis, and implementation of the FAA Safety Management System (SMS), airspace re-design, managing the operational authorization of unmanned aircraft operations, implementation of RNAV/RNP, and development of technical policies, standards, and procedures. ATO-R provides the Air Traffic Organization (ATO) daily interface with the Department of Defense (DOD) and Department of Homeland Security (DHS) at the national and military command levels regarding national security, air transportation security issues, safety, which include daily operational issues as well as planning for future operations. ATO-R also provides real time evaluation of Air Traffic Control (ATC) services, requirements for weather observation and reporting standards in accordance with the National Weather Services (NWS) standards, acquisition of weather systems to support the ATO, performance analysis for ATC metrics, and formalized agreement with other ATO organizations. In addition, ATO-R is responsible for development of national policies and guidance for the FAA's contract flight services stations and management oversight for the Flight Services FS-21 Services Program Contract.The Contractor must provide administrative support to all ATO-R organizations as required throughout the contract period. The Contractor's efforts must complement, support and extend the efforts within all of the ATO-R Directorates. This market survey is to solicit statements of interest and capabilities from interested Service Disabled Veteran Owned Businesses (SDVOSB) 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 SDVOSBs or whether it is more appropriate to conduct this procurement under other small business competition. If this market survey does not solicit the required interested SDVOSB business concerns then the FAA will utilize a tiered evaluation process. This process promote competition in each tier of small business concerns while still allowing other designated small business to participate without issuing another market survey. The order of precedence for evaluating offers in the market survey is outlined below: (a) Service-disabled Veteran Owned Small Business (SDVOSB) (b) Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in SBA's 8(a) program. In order to make this determination the FAA requires the following information from interested vendors: Capabilities Statement SubmittalA statement of capabilities not to exceed 6 pages is requested from firms interested in performing the work: 1.Overview description of your company's capabilities to provide the services described in the SOW.2.Program Management 3.Statement demonstrating company capability to field up to 145 Full Time Employees (FTE's) per year in direct support of the above described effort.4.Summary of not more than three contracts for the same or similar effort firm is currently performing or has completed within the last three years.a.Contract number, customer, period of performance, award amount, contract type (commercial or government), brief description of effort, number of personnel provided by your firm.b.Performance Evaluations, if available, (not subject to 3 page limit).5.Comments concerning the draft SOW's are welcome and optional. The FAA may or may not respond to any comments received. 6.To help determine if your company is qualified to provide the level of professional expertise, personnel, and financial resources necessary for this requirement, the FAA is making available a DRAFT Statement of Work (SOW). The government welcomes substantive comments on the SOW. Please submit comments together with the Capability Statement. Comments on the Draft SOW are not considered part of the Capability Statement submission page limit. The government may or may not incorporate changes into the draft SOW based on the submitted comments. Responses of interested parties should include the following: Business information:a.Company nameb.Company addressc.D&B DUNS numberd.Type of business e.Does your organization have a Government approved accounting system? If so, please identify the agency that approved the system.f.Company Point of Contact: Name, email address, and phone number Response information: Interested parties must be able to show experience and/or the ability to provide the following: Teaming arrangements: Teaming arrangements are strongly encouraged. All teaming arrangements should include the above cited information and certifications for each entity on the proposed team. Other information: All proprietary information will be treated as such. Therefore, respondents should identify any proprietary information in responses. Offerors must also submit and complete the attached Business Declaration form with their response. The primary North American Industry Classification System Code for this requirement is:541611 Program Management (approximately 80% of the requirement) NOTE: ONLY VENDORS RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT WILL BE CONSIDERED FOR THE REQUEST FOR PROPOSAL. All qualified vendors must provide their submission via e-mail no later than 2:00 PM on May 30, 2008. A completed Business Declaration Form must also be provided with submission. Submission received after this date will be determined late and will not be considered. Please send all responses and comments to the following point of contact: Eugene Kimbrough, Contracting OfficerFederal Aviation Administration800 Independence Avenue, S.W., Room 406Washington, DC 20591(202) 493-5573 (phone) or (202) 267-5142 (fax) Attachments:DRAFT SOWBUSINESS DECLARATION FORM
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e578b15ee988fe95dcbbef90054844f0&tab=core&_cview=1)
 
Record
SN01569016-W 20080510/080508215728-b1b3212dff8d9165ea046c10fbc63dc1 (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.