Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

99 -- CAPITAL BUDGET OPTIMIZATION TOOL

Notice Date
8/8/2012
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-330 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
12142
 
Response Due
8/15/2012
 
Archive Date
8/30/2012
 
Point of Contact
Raymond Glembocki, 202-267-3692
 
E-Mail Address
raymond.glembocki@faa.gov
(raymond.glembocki@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT OPPORTUNITIES SUBMISSION CAPITAL BUDGET OPTIMIZATION TOOL Title: Capital Budget Optimization Tool Name: Raymond Glembocki Organization: AAQ-330 Region: FAA Headquarters (HQ) Phone Number: (202) 267-3692 Email: Raymond.glembocki@faa.gov Date: August 8, 2012 Archiving Date: August 15, 2012 Posting ID: August 8, 2012 Phase: Market Survey Procurement Method: Market Survey 1. ANNOUNCEMENT In accordance with Federal Aviation Administration (FAA) 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 responders. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). Further, the FAA is NOT SEEKING OR ACCEPTING UNSOLICITED PROPOSALS. At this time the nature of the competition has not been determined. Responses to this announcement will determine if adequate competition exists. All businesses are encouraged to respond. The Principal North American Industry Classification System (NAICS) code for this requirement is NAICS number 541511 (Custom Computer Programing Services) from Sector 54 - Professional, Scientific, and Technical Services. The size standard is $25,000,000. A size standard is the largest that a concern can be (in average annual receipts or number of employees) and still qualify as a small business for Federal Government programs. 2. BACKGROUND The FAA's NextGen organization is charged with planning and coordinating the deployment of multiple operational improvements (OIs) to the National Airspace System. Such OIs depend upon the timely deployment of various capital programs (CPs) under the FAA's Program Management Office. However, the relationship between CPs and OIs is not one-to-one, but rather many-to-many. That is, each OI may depend upon several different CPs in order to be successful, and each CP may support many OIs. The fact that the agency's capital budget supports the CPs, while the OIs yield the benefits, makes proper allocation of resources a challenging task. The NextGen Systems Analysis and Modeling Office is working on ways to improve management's ability to see and understand the cost relationships between CPs and OIs. This requires the proposed Capital Budget Optimization Tool (CBOT) to have the ability to perform "what-if" analysis, in order to determine the impact of changes to individual CP budgets on the deployment of NextGen OIs. There is a need to; a. Visualize and analyze the relationships between the CP budgets and OIs, and to b. Optimize the overall NextGen portfolio, subject to available resources. The draft Statement of Work (SOW) attached hereto specifies the required CBOT support and services. 3. PURPOSE This Market Survey is to provide information for the FAA to consider in choosing the method and type of procurement competition. In order to make this determination the FAA requires the following information from interested responders. 4. CAPABILITY STATEMENT All responders must provide a Capability Statement that addresses the type of services provided by the responder that demonstrate ability to perform the services described in the attached draft SOW. The responder's statement must address in detail SOW, Section 3.0, Scope of Work, describing the responder's past performance and/or the ability to complete the required tasks. Responders must also provide license parameters and whether licensing is perpetual or term. 5. MANDATORY REQUIREMENTS FOR EXPRESSION OF INTEREST Responders must provide the following: a. Capability Statement (as defined above); b. Completed Business Declaration Form (template attached); and a c. Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable) 6. SUBMISSION FORMAT FormatQuantityAddress Electronic1 setRaymond.Glembocki@faa.gov OR Hard copy1 originalRaymond Glembocki Federal Aviation Administration 800 Independence Ave. SW Room 335 Washington, DC 20591 Electronic submission is preferred and 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, submissions 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 August 15, 2012. Submissions (one per company) are to be provided on company letterhead must not exceed 20 typewritten pages using a type font of less than 11 point. Submission must include company point(s) of contact, telephone number(s), FAX number(s), E-mail addresses, and mailing addresses. 7. NOTES This Market Survey is FOR INFORMATIONAL PURPOSES ONLY, is not intended to guarantee procurement of the services, and must not be construed as a commitment by the FAA to enter into a contract. The FAA is not liable for costs associated with the preparation, submittal of inquiries or responses for this Market Survey and will not reimburse the responder for costs incurred in responding to this Market Survey. 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 responder's responsibility to monitor this site for the release of the solicitation if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/12142/listing.html)
 
Record
SN02830997-W 20120810/120808235849-5fd62e23764f00b3e48f6279c6864ae4 (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.