Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

99 -- NextGen Network Enabled Weather (NNEW)

Notice Date
5/16/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-474 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
10735
 
Response Due
6/15/2011
 
Archive Date
6/30/2011
 
Point of Contact
Bill Willenbring, 202-267-7914
 
E-Mail Address
bill.willenbring@faa.gov
(bill.willenbring@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). Further, the Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. 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. The Principal North American Industry Classification System (NAICS) code for this requirement is 541512, Computer Systems Integrator Services with a size standard of $18 Million. The FAA expects to release the associated Screening Information Request (SIR) - Request for Proposal (RFP) in the spring of 2012. This is a new acquisition. All responses (one per company) are to be provided on company letterhead and limited to a total of 20 typewritten pages. No type font less than 11 point may be used. Background:The communications network that serves aviation weather information users today is a complex system of point-to-point communication paths that relies on a diverse collection of hardware, software, and protocols. In the current environment, the addition of data sources or users requires costly purpose-built connections and service adaptors. As the FAA implements the Next Generation Air Transportation System (NextGen), the increasing use of data products with high spatial and temporal resolutions and the addition of new users to the network will impose significant demands on the capacity of the FAA Telecommunications Infrastructure (FTI) Operations Internet Protocol (IP) network. Acquisition:NextGen Network Enabled Weather (NNEW) must be a mission-critical content distribution network that will enable the dissemination of weather information to users throughout the National Airspace System (NAS). NNEW must consist of a combination of hardware and software, which may include origin and distribution servers. The FAA maintains a preference for COTS components. NNEW must register and store weather data produced by the FAA, other Federal agencies, and private vendors. It must identify and designate certain data as authoritative from among conflicting sources. It must receive query and subscription messages from users, identify and locate the data requested, filter the data and perform format conversions, and provide users with IP references to access the information. NNEW must also enable the FAA to manage and maintain the performance of the network. Lastly, NNEW must enable the FAA to manage and enforce access to weather data by users in and outside of the NAS. NNEW must operate on the FTI Operations IP network. It must interface with users outside of the NAS through the NAS Enterprise Security Gateway. NNEW must manage data from new and legacy systems that use various data formats. NNEW must also be compatible with the FAA's System Wide Information Management (SWIM) system. The FAA has identified the following critical success factors for NNEW: Optimize (i.e., minimize) the use of bandwidth within the NASOptimize (i.e., minimize) the flow of data into and out of the NASOptimize (i.e., minimize) the physical footprint of the systemMeet the latency requirements of weather information users in the NASBe scalable to meet the needs of an increasing number of data sources and usersEnable weather data format standardizationMeet the FAA's requirements for a mission-critical serviceMinimize costs to the FAA and to users Purpose:This market survey is to provide information for the FAA to consider in choosing the method and type of procurement competition and to determine whether adequate competition exists. The failure to obtain adequate and appropriate SBA 8(a) or other small business participation may result in a determination to conduct this procurement under other competitive procedures. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. Vendor Capabilities:Due to the scope, size, and complexity of the NNEW system, the FAA anticipates that the successful response to the RFP may represent a teaming arrangement of multiple contractors. The FAA encourages participation in the FAA Mentor-Protg program. The FAA has not yet decided on a procurement strategy. The FAA expects the successful vendor to possess knowledge, capabilities, and experience in the following areas: Program managementInformation technology, including hardware deployment, software development, and COTS customizationService-oriented architectureImplementation and operation of a content distribution networkEfficient bandwidth utilizationUse of geospatial data filtering, a registry/repository, and messaging, specifically to include a publish once and subscribe many times capabilityKnowledge of FAA weather sensors, weather formats, and air traffic management systemsKnowledge of Open Geospatial Consortium (OGC) standards and geospatial data reformatting and compression In order to make this determination the FAA requires the following information from interested vendors: CAPABILITY STATEMENT: All responders must provide a Capability Statement that addresses the following (in order): a.Type of services provided by your firm (including teammates or subcontractors) that demonstrate ability to perform the services described above.b.Services provided under previous contracts to enable the dissemination of weather or similar information that are similar in size, scope and complexity to this effort. c.Provide detailed information and past performance information for at least three (3) previous contracts including program title, customer name, project dates, project value, customer point of contact, and description of work performed. MANDATORY REQUIREMENTS FOR EXPRESSION OF INTEREST: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a.Capability Statement (as defined above)b.Completed Business Declaration Form (attached)c.Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable) SUBMISSION FORMAT: FormatQuantityAddressElectronic1 setbill.willenbring@faa.gov OR Hard copy1 originalWilliam Willenbring800 Independence AV SWRoom 406Washington, DC. 20591 NOTES: Electronic submission is preferred. Submissions must not exceed 20 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (PDF). Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received. All Submissions must be received by 2:00 p.m. Eastern Time on June 15, 2011. For questions, requests for additional information, etc. regarding this market survey, contact Bill Willenbring, Contracting Officer, via E-mail: bill.willenbring@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. This announcement is not intended to guarantee procurement of the services, and must not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities web page. It is the Offeror's responsibility to monitor this site for the release of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/10735/listing.html)
 
Record
SN02448963-W 20110518/110516234737-f1494597473254a66546143c6e962d0e (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.