Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

99 -- Market Survey Assessment for continued flight service operations in Alaska

Notice Date
8/31/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
9982
 
Response Due
9/24/2010
 
Archive Date
10/9/2010
 
Point of Contact
Patrick Weare, 202-385-7636
 
E-Mail Address
patrick.weare@faa.gov
(patrick.weare@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey for continued flight service operations in Alaska. The responses to this market survey will be used for informational purposes only. The nature of the competition, if any, has not been determined and this announcement is not a guarantee that a procurement will occur. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. This is not a screening information request (SIR) or request for proposal (RFP) of any kind nor is the FAA seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey, any response to follow up to the market survey or any Operational Capability Demonstration costs. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Federal Aviation Administration (FAA) contract with Harris Corporation (contract # DTFA01-97-C-00070) for operation and support of the OASIS flight service automation system in Alaska expires on August 24, 2011. The contract milestones assumed the end of flight service operations using OASIS in June 2011, OASIS de-installation in July 2011, and program closeout in August 2011. Flight Services has a requirement for a single Flight Service automation system, which combines the requirements for both Alaska and CONUS. This requirement is designated as the Meteorological and Aeronautical Planning System (MAPS) program. The FAA requires flight service operations in Alaska to continue from July 1, 2011 until the competitively acquired MAPS system is operational in the 2014-2015 timeframe. The purpose of this market survey is to solicit written statements of interest and capabilities from vendors interested in this interim contract opportunity. The scope of work will be for delivery and installation of a flight service automation system as well as 24/7 technical and operational support to FAA Air Traffic Specialists and maintenance technicians at the seventeen Flight Service Stations in Alaska. See Attachment (1) for a description of the functionality currently provided in support of Alaska flight services. Interested vendors in the interim contract opportunity must respond with a technical statement of experience and proven capability. The technical statement must not exceed 20 pages and will be reviewed according to the following criteria: Ability to fully deploy and achieve an Initial Operational Capability (IOC) at all 17 Flight Service Stations within Alaska by July 1, 2011. IOC beyond July 1, 2011 is unacceptable.Evidence that the vendor has an automation system that provides the functions identified in Attachment (1).Ability to achieve security certification and accreditation through development and submission of an FAA Security Certification and Authorization Package (SCAP) in accordance with the FAA Information Systems Security Handbook, FAA Order 1600.54 prior to IOCAbility to achieve safety risk approval for changes impacting the National Airspace System prior to IOCIdentification in an integrated schedule of all activities and the duration required for the period from contract award to IOCExperience providing aviation weather and displaying weather graphicsExperience providing flight planning servicesExperience interfacing with the National Airspace System (NAS) Experience providing 2nd level engineering supportAbility to plan, develop, implement, and support automation system hardware or software upgrades to comply with NAS and/or National Weather Service requirements changes. If all above criteria is met, the vendor must provide an Operational Capability Demonstration (OCD) of the existing automation system to be deployed. The OCD will be conducted within 60 days from the date of this Market Survey. The purpose of the OCD is to demonstrate to the FAA that the interested vendor has an automation system that provides the functions identified in Attachment (1). Each criterion and the OCD will determine vendor ability to achieve IOC at all 17 Flight Service Stations within Alaska by July 1, 2011. All criteria identified above must be met. Results of the Market Survey will not be issued to respondents. All questions are to be submitted, via email, to patrick.weare@faa.gov not later than September 13, 2010 2:00 EST. No telephone inquiries will be accepted. All responses to this market survey must be received by September 20, 2010 3:00 P.M. EST. Submittals can be by email or hard copy. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. Responses will not be returned. All submittals must be submitted to: Federal Aviation AdministrationAttn: Patrick Weare1575 Eye St NW Room 9200Washington DC 20005Email: patrick.weare@faa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/9982/listing.html)
 
Record
SN02262787-W 20100902/100901000347-ded8dca59250373cf1c72f9ade7c4234 (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.