Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2010 FBO #3296
SOLICITATION NOTICE

99 -- Market Survey / Request for Information (RFI) AnnouncementEnterprise Communications Support Services (ECSS) Small Business Set-Aside

Notice Date
12/1/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-472 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
10225
 
Response Due
7/31/2011
 
Archive Date
8/15/2011
 
Point of Contact
Eric Washington, 202-267-5994
 
E-Mail Address
eric.washington@faa.gov
(eric.washington@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Market Survey / Request for Information (RFI) AnnouncementEnterprise Communications Support Services (ECSS) Small Business Set-Aside This is a Market Survey Capability Assessment for Enterprise Communications Support Services (ECSS). This draft SIR (RFI) is intended to assess Small Business capabilities. 1. IntroductionThe purpose of this Market Survey/Request for Information (RFI) is to: (1)Obtain industry comments on the attached sections of the small business set-aside draft Screening Information Request (SIR) for the Enterprise Communications Support Services (ECSS) acquisition. This is the second of two draft SIRs the FAA has released for industry review and comment. The first SIR was posted to FAACO on September 15, 2010, and a Comments Response Matrix was posted on November 18, 2010. The attached 'ECSS Small Business Set Aside SIR Change Matrix' reflects only the differences between the Full & Open and Set Aside as they relate to small business requirements. Multiple other updates have been incorporated throughout the SIR as a result of the RFI comments received; and (2) Survey the marketplace to assess the level of interest among qualified providers of the required services. This public announcement is being issued in accordance with the FAA Acquisition Management System (AMS) Section 3.2.1.3.11. Interested parties are advised that: This is not a SIR or Request for Proposals; The FAA is not 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; and Any costs associated with the market survey/RFI response submittals are solely at the interested party's expense. 2. Description of the Required ServicesThe ATC Communications Services Directorate is responsible for the implementation and execution of communications infrastructure programs supporting the National Airspace System (NAS). Three of the programs - System Wide Information Management (SWIM), Data Communications (DataComm), and NAS Voice System (NVS) - are designated as "NextGen-enabling" programs because of their fundamental role in supporting the transformation of the NAS to the Next Generation Air Transportation System (NextGen). The ECSS Contractors will provide vital support to the planning, procurement, implementation, and execution of these and other ATC Communications programs as they progress through their life cycles. The contracts will provide a broad range of Program Management, Acquisition Support, System Engineering, Operations Management and Support, Business and Financial Management, and other services required by the Directorate. The requirements are more fully described in the attached Statement of Work (SOW). 3. Nature of the CompetitionThe FAA is contemplating award of two competitive single award Indefinite Delivery Indefinite Quantity (IDIQ) contracts (one unrestricted competition and one small business set-aside) each with periods of performance of seven years (two year base and five one-year option periods). 4. NAICS CodeThe NAICS codes for the small business set-aside have not yet been finalized, but are currently expected to be:- 541330, Engineering Services - Military and Aerospace Equipment and Military Weapons, $27M; and - 517110, Wired Telecommunications Carriers, 1,500 employees. 5. Incumbent ContractorsThe ATC Communications Directorate currently obtains its support services through a wide variety of large and small business service contracts and task orders, most of which are expiring in the next 12 to 18 months. The current level of effort is approximately 350-380 full-time equivalents (FTEs), but the FAA expects that quantity to decrease under the ECSS contracts due to organizational realignments and other efficiency gains. However, the ECSS contractors must be capable of sustaining the current level of support if the expected efficiency gains cannot be realized. The specific staffing requirements will be definitized through the issuance of task orders and the FTE levels referenced in this announcement do not represent a commitment on the part of the FAA to staff the ECSS contracts at a particular level of effort. 6. Contract TypeThe FAA anticipates awarding IDIQ type contracts with Fixed Price Level of Effort task orders being issued for the required support services. 7. Responses to the Market Survey/RFIInterested parties should submit the following items in response to this Market Survey/RFI by January 3, 2011.(a) A one page letter of transmittal.(b) A two page Capabilities Statement (12 point Times New Roman font, 1 inch margins) that includes the following information: Type of services provided by your company relative to the scope of the ECSS effort as described in the draft SIR. Contracts under which your company has provided these types of services in the past 5 years including the name of the contract, client, your company's staffing level on the contract (# of FTEs), your company's percentage of the total staffing, and your company's role on the contract (prime or subcontractor). Number of years your company has been in business. Geographical areas where your company can provide the services identified in the draft SIR.(c) Completed Draft SIR Comment Matrix - Firms interested in commenting on the attached ECSS draft SIR sections may do so by providing any questions, recommendations, comments, or suggestions that may assist the FAA in the development of the final solicitation document. The FAA may post responses to select questions/comments submitted by the due date. The identity of the vendor submitting the comment/question will not be revealed. Please provide your response via email using the attached comment template. There is no page limit for the completed comment matrix.(d) A completed and signed Business Declaration Form. If any of the information submitted is considered to be proprietary, the submitter is responsible for marking it accordingly. Please indicate whether or not your firm would like to be included on the List of Interested Parties for the ECSS small business set-aside. No bidder or pre-proposal conferences are planned. 8. Market Survey / RFI Response Submission InstructionsMarket Survey/RFI responses must be submitted via electronic mail (e-mail) to Scott Bukovec (Scott.Bukovec@faa.gov) and Eric Washington (Eric.Washington@faa.gov) by the date below. Files must be compatible with MS Office 2003 or be in Adobe Acrobat PDF format. If chosen to submit comments via Adobe Acrobat PDF format, please ensure the document retains the ability to copy and paste into a MS Word Document (i.e. do not submit picture files). No other form of submission will be accepted. Submissions are due by 4:00 pm EDT on January 3, 2011. Attachments:ECSS Small Business Set-Aside Draft SIR (Sections B, C (SOW), D, E, F, G, H, I, J, K, L, L Attachments, and M)Blank Business Declaration FormBlank SIR Comment MatrixECSS Small Business Set Aside SIR Change Matrix (End of Announcement)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/10225/listing.html)
 
Record
SN02336200-W 20101203/101201234236-1db311a972f348fdc97a23e05b34ae26 (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.