Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
DOCUMENT

99 -- Future Flight Service Program Market Survey - October 2016 - Attachment

Notice Date
6/16/2017
 
Notice Type
Attachment
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-240 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
25898
 
Response Due
6/30/2017
 
Archive Date
6/30/2017
 
Point of Contact
Agnes Kelly, agnes.kelly@faa.gov, Phone: 202-267-0897
 
E-Mail Address
Click here to email Agnes Kelly
(agnes.kelly@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment No. 6 The purpose of this Amendment is to extend the date for submissions regarding Amendment No. 4 from June 16, 2017 to June 30, 2017. The point of contact for this Market Survey is Agnes Kelly. The alternate points of contact are Patrick Weare (patrick.weare@faa.gov) and Crystal Guthrie (crystal.guthrie@faa.gov). Please copy Crystal Guthrie on all communications. If this announcement is being viewed from other than the FAACO website, some information or attachments may not transfer correctly. Please check the FAA s Contracting Opportunities (FAACO) website http://faaco.faa.gov frequently for any updates and amendments to this announcement. The FAA appreciates the interest that industry is showing in this Market Survey and we encourage industry to continue to provide comments and feedback. /////////////////////////////////////////////////////////////// Amendment No. 5 The purpose of this Amendment is to: 1)Revise the planned release date of a final Screening Information Request (SIR) from the third quarter of Fiscal Year 2017 to the fourth quarter of Fiscal Year 2017; and, 2)Publish an updated Interested Parties List. This is a list of companies that have expressed an interest in the procurement and have requested that its Point of Contract information be made public. If your company is interested in having its name and information added to this list, please state your interest in being included in the Interested Parties List and send an email to Agnes Kelly at agnes.kelly@faa.gov with a copy to Crystal Guthrie at crystal.guthrie@faa.gov with the following information: a)Name of Company b)Name of Individual Point of Contract c)Area of Expertise/Capability d)Email address for Point of Contact The point of contact for this Market Survey is Agnes Kelly. The alternate points of contact are Patrick Weare (patrick.weare@faa.gov) and Crystal Guthrie (crystal.guthrie@faa.gov). Please copy Crystal Guthrie on all communications. If this announcement is being viewed from other than the FAACO website, some information or attachments may not transfer correctly. Please check the FAA s Contracting Opportunities (FAACO) website http://faaco.faa.gov frequently for any updates and amendments to this announcement. The FAA appreciates the interest that industry is showing in this Market Survey and we encourage industry to continue to provide comments and feedback. /////////////////////////////////////////////////////////////// Amendment No. 4 The purpose of this Amendment is to post the following revised documents: 1)An updated Interested Parties List. This is a list of companies that have expressed an interest in the procurement and have requested that their Point of Contract information be made public. If your company is interested in having its name and information added to this list, please state your interest in being included in the Interested Parties List and send an email to Agnes Kelly at agnes.kelly@faa.gov with a copy to Crystal Guthrie at crystal.guthrie@faa.gov with the following information: a)Name of Company b)Name of Individual Point of Contract c)Area of Expertise/Capability d)Email address for Point of Contact 2)Revised Draft Section J-4 Performance Requirements Summary; 3)Revised Draft Data Item Description Workload Data Collection Report No. FFS-WDCR-05; and, 4)Revised Draft Data Item Description Monthly Status Report No. FFS-MSR-06; Responses to this Market Survey Amendment: Responses must be submitted electronically in Microsoft Office format, Times Roman Font size 12, using the attached Question/Comment Response Form Attachment A. If submissions are posted in portable document file (PDF) format, a Microsoft version of the responses must also be provided. All responses to this Market Survey/RFI must be in writing. The point of contact for this Market Survey is Agnes Kelly. The alternate points of contact are Patrick Weare (patrick.weare@faa.gov) and Crystal Guthrie (crystal.guthrie@faa.gov). Please copy Crystal Guthrie on all communications. Submissions must be posted to a FAA SharePoint site that will be provided upon request from each vendor. Vendors must contact Agnes Kelly (via email: agnes.kelly@faa.gov) to request a unique SharePoint site URL, username, and password in order to upload their submissions. Submissions must be posted to the section of each vendor s SharePoint site entitled Vendor Submittal. All submissions must be posted by Noon Eastern Daylight Time on June 16, 2017. Submissions must include company point(s) of contact, title(s), telephone number(s), e-mail address(es), and mailing address. Responses will not be returned. The FAA intends to utilize information provided in response to this Market Survey/RFI in finalizing the FFSP Final SIR. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. If this announcement is being viewed from other than the FAACO website, some information or attachments may not transfer correctly. Please check the FAA s Contracting Opportunities (FAACO) website http://faaco.faa.gov frequently for any updates and amendments to this announcement. The FAA appreciates the interest that industry is showing in this Market Survey and we encourage industry to continue to provide comments and feedback. /////////////////////////////////////////////////////////////// Amendment No. 3 The purpose of this Amendment is to publish an updated Interested Parties List and revised Draft Section K. 1)Interested Parties Below is the current Interested Parties List of companies that have expressed an interest in the procurement and have requested that their Point of Contract information be made public: Interested Parties ASRC Federal Kenneth Johnson Kenneth.johnson@asrcfederal.com BMC Software Trey Rowan trey_rowan@bmc.com Contact Solutions Amy Burford aburford@contactsolutions.com Crown Consulting, Inc. Jack Nager jnager@crownci.com Distil Networks Carleton Robinson carleton.robinson@distilnetworks.com Eagle Cap Software Tom Perkowski tom@eaglecapsoftware.com Evans Consoles Incorporated David A. Rivers drivers@evansonline.com Flightprofiler, LLC Denver Lopp denver@purdue.edu Harris Corporation Cynthia Tiffany ctiffany@harris.com Russ Bassett Consoles Inc. Mitch Herrick mherrick@russbassett.com SAIC Tony Ioannidis antonis.ioannidis@saic.com Serco Inc. Stephen T. Christmas steve.christmas@serco-na.com The Parco Company Dan Courain dcourain@verizon.net If your company is interested in having its name and information added to this list, please state your interest in being included in the Interested Parties List and send an email to Agnes Kelly at agnes.kelly@faa.gov with a copy to Crystal Guthrie at crystal.guthrie@faa.gov with the following information: a)Name of Company b)Name of Individual Point of Contract c)Area of Expertise/Capability d)Email address for Point of Contact 2)Section K Representations, Certifications and Other statements of Offerors is revised as follows: Paragraph K.2: oAMS 3.2.2.3-2 Minimum Offer Acceptance Period (July 2004) section (c) is revised to reflect a required minimum acceptance period of 365 calendar days. oUpdate AMS 3.2.2.7-7 Certification Regarding Responsibility Matters to the October 2016 version. oAdd AMS 3.2.2.7-9 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (January 2017) and AMS 3.5-14 Representation of Limited Rights Data and Restricted Computer Software (January 2010). Paragraphs K.3 Additional Representations and Certifications of Offerors, including, K.3.1 Business Declaration Form, is deleted in its entirety. The FAA is interested in any comments or concerns Industry may have regarding the revised draft Section K. Responses to this Market Survey Amendment: Responses must be submitted electronically in Microsoft Office format, Times Roman Font size 12, using the attached Question/Comment Response Form Attachment A. If submissions are posted in portable document file (PDF) format, a Microsoft version of the responses must also be provided. All responses to this Market Survey/RFI must be in writing. Submissions must be posted to a FAA SharePoint site that will be provided upon request from each vendor. Vendors must contact Agnes Kelly (via email: agnes.kelly@faa.gov) to request a unique SharePoint site URL, username, and password in order to upload their submissions. Submissions must be posted to the section of each vendor s SharePoint site entitled Vendor Submittal. All submissions must be posted by Noon Eastern Time on March 28, 2017. Submissions must include company point(s) of contact, title(s), telephone number(s), e-mail address(es), and mailing address. Responses will not be returned. The FAA intends to utilize information provided in response to this Market Survey/RFI in finalizing the FFSP Final SIR. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. If this announcement is being viewed from other than the FAACO website, some information or attachments may not transfer correctly. Please check the FAA s Contracting Opportunities (FAACO) website http://faaco.faa.gov frequently for any updates and amendments to this announcement. The point of contact for this Market Survey is Agnes Kelly. The alternate points of contact are Patrick Weare (patrick.weare@faa.gov) and Crystal Guthrie (crystal.guthrie@faa.gov). Please copy Crystal Guthrie on all communications. The FAA appreciates the interest that industry is showing in this Market Survey and we encourage industry to continue to provide comments and feedback. /////////////////////////////////////////////////////////////// Amendment No. 2 The FAA anticipates issuing multiple amendments to the FFSP draft SIR market survey announcement from February through April. The goal of the amendments will be to ensure open communication with industry and obtain continuous feedback on updates to the draft SIR. The amendments are anticipated to include: FAA clarifications to general comments, additional FAA questions, the publication and updates to the Interested Parties list, updates to the draft SIR, and various other information. The purpose of this Amendment is to: 1.)Provide the following FAA clarifications. a.The FAA Market Survey announcement stated that the OASIS II (automation platform only) requirement would be incorporated in the scope of the FFSP SIR. To clarify, in the event it is determined that procurement under this contract is in the FAA s best interest, contract requirements will be developed and a proposal will be negotiated prior to the work being ordered under the contract. b.The PWS, Section C.1.3 states that If required, the Service Provider must provide: Automated delivery and notifications of Unmanned Aircraft Systems (UAS). To clarify, in the event it is determined that procurement of this service under the FFSP contract is in the FAA s best interest, contract requirements will be developed and a proposal will be negotiated prior to the work being ordered under the contract. 2.)Post the following additional questions for industry feedback. a.It is the FAA s current assumption that pre-Full Operating Capability transition costs will be captured in CLINs X001 and that operating costs and post-Full Operating Capabilities costs will be captured in CLINs X002, X003, and X004. Based on your planned transition strategy, when do you anticipate the FAA would begin payment for operating costs (CLINs X002, X003, X004) for the period between Initial Operating Capacity (IOC) and Full Operating Capacity (FOC)? Please provide a rough estimate of those costs per year from 2018-2020. b.To meet the objective of reducing staffing and associated costs, Draft Section J-9 included Acceptable Performance Level (APL) metrics related to Occupancy and Availability percentages. The FAA has considered establishing an APL that would measure the percentage of calls answered within a certain number of seconds. Please provide recommendations for metrics for the FAA to consider that would satisfy our objectives of reducing staffing and associated costs. Please explain how those metrics will meet these objectives. 3.)Publish the current Interested Parties List. Below is the current Interested Parties List of companies that have expressed an interest in the procurement and have requested that their Point of Contract information be made public: BMC Software Trey Rowan trey_rowan@bmc.com Distil Networks Carleton Robinson carleton.robinson@distilnetworks.com Evans Consoles Incorporated David A. Rivers drivers@evansonline.com Flightprofiler, LLC Denver Lopp denver@purdue.edu Harris Corporation Cynthia Tiffany ctiffany@harris.com Serco Inc. Stephen T. Christmas steve.christmas@serco-na.com If your company is interested in having its name and information added to this list, please state your interest in being included in the Interested Parties List and send an email to Agnes Kelly at agnes.kelly@faa.gov with a copy to Crystal Guthrie at crystal.guthrie@faa.gov with the following information: a)Name of Company b)Name of Individual Point of Contract c)Area of Expertise/Capability d)Email address for Point of Contact 4.)Provide changes to the draft SIR under FAA consideration for industry feedback (Note: FAA Orders and J-6 Specifications previously posted to FAACO have been moved to vendor unique SharePoint sites.) The FAA is considering the following changes to the draft SIR. The FAA is interested in any comments or concerns you may have regarding the following proposed changes: a.The FAA is considering a change to the draft SIR to reflect that CLIN X001 is available in Contract Years 1, 2, and 3 to correspond with the Affordability Profile in L.17. b.The FAA is considering an adjustment to the Period of Performance to reflect a 5-Year Base Period followed by five 2-Year Option Periods. c.Relative to the Draft SIR Section L.23.4 Volume V- Past Performance, the FAA is considering a change to the requirement. The new draft wording is shown below. Please state whether you have any concerns with this revision. NEW DRAFT WORDING: Using Attachment J.X, the Offeror shall cite and describe at least three (3) contracts (Government or non-Government) that ended no later than 5 years prior to the date of Final SIR release, with an annual value of $10,000,000 or more, for a system/enterprise of similar size and complexity to FFSP. Responses to this Market Survey amendment: Responses must be submitted electronically in Microsoft Office format, Times Roman Font size 12, using the attached Question/Comment Response Form Attachment A. If submissions are posted in portable document file (PDF) format, a Microsoft version of the responses must also be provided. All responses to this Market Survey/RFI must be in writing. Submissions must be posted to a FAA SharePoint site that will be provided upon request from each vendor. Vendors must contact Agnes Kelly (via email: agnes.kelly@faa.gov) to request a unique SharePoint site URL, username, and password in order to upload their submissions. Submissions must be posted to the section of each vendor s SharePoint site entitled Vendor Submittal. All submissions must be posted by Noon Eastern Time on March 6, 2017. Submissions must include company point(s) of contact, title(s), telephone number(s), e-mail address(es), and mailing address. Responses will not be returned. The FAA intends to utilize information provided in response to this Market Survey/RFI in finalizing the FFSP Final SIR. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. If this announcement is being viewed from other than the FAACO website, some information or attachments may not transfer correctly. Please check the FAA s Contracting Opportunities (FAACO) website http://faaco.faa.gov frequently for any updates and amendments to this announcement. The point of contact for this Market Survey is Agnes Kelly. The alternate points of contact are Patrick Weare (patrick.weare@faa.gov) and Crystal Guthrie (crystal.guthrie@faa.gov). Please copy Crystal Guthrie on all communications. The FAA appreciates the interest that industry is showing in this Market Survey and we encourage industry to continue to provide comments and feedback. ////////////////////////////////////////////////////////////// Amendment No. 1 The purpose of this Amendment is to: 1) Revise the planned release date of a final Screening Information Request (SIR) from the second quarter of Fiscal Year 2017 to the third quarter of Fiscal Year 2017; 2) Post Section J-5 Flight Services Traffic Data; 3)Post Section J-10 User Surveys; 4)Revise Section K Representations, Certifications and Other Statements of Offerors by deleting clauses K.3.1 Uncompensated Overtime Certification; K.3.2 Treatment of Labor for Such Administrative Functions as Contract Administration, Subcontract Management, Human Resources, and Contract/Invoice Accounting; K.3.3 Contractor Signature on Offer; and, inserting AMS 3.8.2-18 Certification of Data (May 1997); 5)Notify industry that FAA Orders and other specifications identified in the Draft SIR in Section J-1 and J-6 that are not available on public websites will be made available in the near future to those vendors who have requested a unique SharePoint site URL and adhere to the applicable security procedures. Vendors will be notified of the availability of these documents; 6)Add alternate FAA contact Crystal Guthrie. Please copy Ms. Guthrie on any communications concerning this Announcement at crystal.guthrie@faa.gov; 7)Establish an Interested Parties List. For those companies interested in participating, the FAA will publish a list of Interested Parties with Point of Contract information. If your company is interested in having its name and information on this list, please state your interest in being included in the Interested Parties List and send an email to Agnes Kelly at agnes.kelly@faa.gov with a copy to Crystal Guthrie at crystal.guthrie@faa.gov with the following information: a)Name of Company b)Name of Individual Point of Contract c)Area of Expertise/Capability d)Email address for Point of Contact 8)Notify industry that it is not the FAA s intent to publish comments or questions received in response to the Market Survey. In the event that a respondent submits a comment or question that the FAA determines should be addressed to a larger audience, the FAA may provide clarifying information under an Amendment to the Market Survey. The FAA will not publish proprietary information. If this announcement is being viewed from other than the FAACO website, some information or attachments may not transfer correctly. Please check the FAA s Contracting Opportunities (FAACO) website http://faaco.faa.gov frequently for any updates and amendments to this announcement. The point of contact for this Market Survey is Agnes Kelly. The alternate points of contact are Patrick Weare (patrick.weare@faa.gov) and Crystal Guthrie (crystal.guthrie@faa.gov). Please copy Crystal Guthrie on all communications. The FAA appreciates the interest that industry is showing in this Market Survey and we encourage industry to continue to provide comments and feedback. =============================================================== This Market Survey/Request for Information (RFI) is being issued in accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1. The Federal Aviation Administration (FAA) is currently planning the release of a final Screening Information Request (SIR) in the second quarter of FY2017 for the full range of flight services to users in the Contiguous United States (CONUS), Hawaii and Puerto Rico. The FAA intends to award a single contract from that SIR. In advance of the final SIR release the FAA is posting this draft SIR for Industry information and comment. The documents contained in this announcement are a result of the FAA s consideration of Industry comments received on the previous market surveys. The FAA is requesting potential offerors who are interested in pursuing this opportunity, in a prime contractor capacity, to submit a notice of intent to the Contracts Specialist listed below. A notice of intent is requested whether or not comments to the draft SIR are provided to the FAA. Failure to submit a notice of intent or respond to questions does not preclude a vendor from submitting a proposal to a future SIR. The following is a list of draft documents contained within: Section B: Schedule of Supplies and Services Section C: Performance Work Statement Section D: Packaging and Marking Section E: Inspection and Acceptance Section F: Deliveries or Performance Section G: Contract Administration Data Section H: Special Contract Requirements Section I: Contract Clauses Attachment J-1: Description of Services Attachment J-2: Transition Constraints Attachment J-4: Performance Requirements Summary Attachment J-5: Flight Services Traffic Data Attachment J-6: IRDs and System Guides Attachment J-7: Contract Data Requirements List (CDRL) Attachment J-8: Data Item Description (DID) Attachment J-9: FFSP Strategic Plan Section K: Representations and Certifications Section L: Instructions, Condition, and Notices to Offerors Section M: Evaluation Factors for Award This is a Market Survey/RFI. This is not a Screening Information Request (SIR) or Request for Offer (RFO) of any kind. Responses to this Market Survey/RFI will be used for informational purposes only. 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 this Market Survey/RFI. Any costs associated with this Market Survey/RFI submittal is solely at the interested vendor's expense. I.PURPOSE This Market Survey/RFI is a continuation in a series of announcements regarding the Future Flight Services Program (FFSP). Since 2011, the FAA has released the following announcements related to the FFSP: 1.Market Survey 11279 - Industry Survey for Future Flight Service Program (FFSP) - November 2011 2.Market Survey 11872 - Direct User Access Terminal Service (DUATS) - June 2012 3.Market Survey 12393 - Future Flight Service Program (FFSP) Market Research - FAA/Industry Communication - October 2012 4.Market Survey 14575 - Flight Service Direct (FSD) - July 2013 5.Market Survey 23394 Future Flight Service Program (FFSP) Market Survey/Request for Information January 2016 The purpose of this Market Survey/RFI is to: Assess market interest and capabilities to satisfy the requirements for the FFSP Solicit industry feedback on the FFSP Draft SIR and FAA questions II.CURRENT DELIVERY OF FLIGHT SERVICES Currently, FAA flight services throughout the United States are delivered by a combination of the systems and contract vehicles identified below. All the contracts provide services in accordance with FAA Order JO 7110.10 Flight Services. 1.The Automated Flight Service Station (AFSS) contract (DTFAWA-05-C-00031), with Lockheed Martin Corporation, provides the full range of flight services to users in the CONUS, Hawaii and Puerto Rico. The contract provides certified Flight Service Specialists who deliver preflight, inflight and flight data services to users via telephone and radios. Lockheed Martin provides personnel, equipment and facilities for flight services under the AFSS contract. The FAA provides Lockheed Martin with access to and use of its air-to-ground radio and telecommunications infrastructure to facilitate inflight communications. 2.The Direct User Access Terminal Service (DUATS) II contracts (DTFAWA-15-C-00035 and DTFAWA-15-C-00036), with CSC Government Solutions (CSC) and Lockheed Martin Corporation, provides users with internet-based preflight services (self-briefings and flight plan filing) without the aid of flight service specialists. 3.The Operational and Supportability Implementation System (OASIS) II contract (DTFAWA-15-C-00006), with Harris Corporation, provides an automation system for the Alaska flight service facilities that enables FAA flight service specialists to provide weather briefing and flight planning assistance to general aviation pilots, as well as, emergency services, law enforcement support, regulatory information and other services. III.FFSP OBJECTIVES AND PLANNED ACQUISITION STRATEGY FFSP Objectives The FAA s Future Flight Services Program (FFSP) vision is to transform and modernize the delivery of flight services. The FAA believes that costs can be reduced by focusing on changing user behavior and migrating to automated, self-assisted service delivery models, while still maintaining quality of service and safety. Through FFSP, the FAA seeks to create a long-term contract vehicle and establish relationships with the Service Provider, industry and user groups to better position the agency to take advantage of user behavior changes and improved technology. Together, government and industry will work to realize three strategic goals: 1.Reduce the FAA cost to provide Flight Service, with a target reduction over 65%. 2.Encourage the use of technology, industry best practices, and authoritative flight data accessed through SWIM to improve efficiency and quality of service delivery. 3.Facilitate and gain stakeholder acceptance of changes in Flight Service delivery. Planned Acquisition Strategy The FAA intends to conduct a competition and award a single contract. The FFSP contract will replace the existing AFSS and DUATS II contracts. The FAA Draft SIR is structured to allow maximum flexibility to adapt to changing conditions to meet user needs. The FFSP Draft SIR will: Require the Service Provider to provide all facilities, equipment, and personnel to perform preflight, in-flight, and flight data services. Utilize a contract structure(s) that allows for the modification and/or phased elimination of services with associated cost adjustments over the life of the contract. Utilize a contract structure(s) to incentivize continuous improvement, the integration of new technologies, service optimization, and cost savings/sharing opportunities. Allow for commercial revenue opportunities (e.g., advertising) if there are cost savings benefits to the Government. Although, the FAA anticipates the OASIS II (automation platform only) requirement to be incorporated in the scope of the FFSP SIR, the FAA does not intend to replace OASIS at contract award. IV.INDUSTRY FEEDBACK The FAA requests Industry comments on the FFSP Draft SIR. The FAA also requests Industry response to the questions below. 1.The FAA seeks feedback on the CLIN Structure and Type and Incentive/Award fee provisions. Please discuss whether the Draft SIR will allow the FAA to achieve the stated objectives and the vendor to implement its business model. Do the Incentive/Award fee provisions reward innovation and drive increased use of technology? Please provide any recommended changes to the CLIN Structure, CLIN Type, or Incentive /Award fee provisions, along with the reasoning behind the recommendations. 2.The FAA recognizes user behavioral change is uncertain, however significant change has occurred over the last ten (10) years which is expected to continue. Please provide any recommended changes to the SIR that will allow the FAA and the Service Provider to realize benefit from additional behavior change and/or improvements in technology. 3.Please discuss any concerns you have relative to the affordability profile presented in Section L.17. Please discuss, conceptually, suggestions of how a pay down schedule of non-recurring costs could be structured. 4.Please discuss if and when a 65% reduction in FAA Operation Cost is achievable. If the government s affordability profile were increased, would the increase impact your ability to achieve the FAA s cost reduction objectives? Please explain. 5.Please identify any requirements in the Draft SIR that you believe may drive a higher cost or a delay to transition. Please provide your suggestions for alternate requirements. 6.Are the transition requirements and the transition constraints sufficient for you to develop the transition plan? 7.Please provide any suggestions for the test program requirements including the appropriate level of rigor for this service while not creating delay and/or excessive cost. 8.Do the FAA Security requirements constrain your solution or hinder the ability to achieve the stated FAA cost reduction objectives? Please discuss the specific security controls that will constrain your solution. Please discuss any specific recommendations you have to address the stated concerns. 9.Do you recommend changes to or additional Acceptable Performance Levels (APL)? Will the APLs ensure performance is met? Do the APLs affect your ability to innovate or the ability to meet the FAA s stated objectives? Based on your experience with call centers, what are your recommended APLs on measurements such as utilization and occupancy? Are there other APLs that should be considered? 10.Please provide recommendations for specifying service availability. Please provide any recommendations for specifying operational contingency. 11.Please provide any recommendations for additional flexibility in the contract structure. 12.The FAA is considering implementation of a Centralized Flight Planning service. Please discuss any impacts of this service to your proposed solution and/or business model. 13.Please provide any specific orders, policy and/or guidance changes that you recommend the FAA consider and describe how the change to the order, policy and/or guidance will impact your proposed solution and the FAA s FFSP acquisition objectives. 14. The FAA has provided additional transactional data in the Draft SIR. Does the transactional data provided in the Draft SIR provide enough information for you to develop your solution and proposal? 15.What would be the impact to your solution and cost proposal if the FAA were to require additional workload data such as time spent on discrete transactions (e.g. flight plans, standard briefings, etc. per call), and pilot metrics. 16.The Service Contract Act (SCA) will apply to the FFSP acquisition. SCA wage rates for Flight Service Specialist (FSS) were reviewed on numerous occasions by the Department of Labor (DOL) and in a May 21, 2007 Decision, the DOL concluded that issuance of a specialized SCA wage determination to cover the FSS working on the current AFSS contract was appropriate. The job category currently listed in the Service Contract Act Directory of Occupations, 29000 Technical Occupations, 29011 Air Traffic Control Specialist Station, is the minimum wage established by the DOL: Wage and Hour Division (WHD) Service Contract Act Directory of Occupations 29011 Air Traffic Control Specialist, Station Receives and transmits flight plans, meteorological, navigational, and other information in air traffic control station to perform preflight and emergency service for airplane pilots: Accepts flight plans from pilots in person or by telephone and reviews them for completeness. Routes plans for operating under instrument flight rules to control center and for operating under visual flight rules to station in vicinity of destination airport, using radio, teletype, radiotelephone, radiotelegraph, telephone, or interphone. Provides meteorological, navigational, and other information to pilots during flight, using radio. Relays traffic control and other instructions concerned with aircraft safety to pilots. Radios such information as identifying landmarks, beacons and available landing fields to pilots in flight. Maintains file of plans for operating under visual flight rules until completion of flight, and contacts facilities along route of flight to secure information on overdue aircraft. Reports lost aircraft to control center for rescue or local emergency services. Monitors such radio aids to navigation as range stations, fan markers and voice communication facilities, and notifies air personnel of availability of these facilities. Maintains written records of messages transmitted and received. The minimum wages paid to employees under the incumbent contract are governed by a Collective Bargaining Agreement (CBA) between the International Association of Machinists and Aerospace Workers, AFL-CIO and the incumbent contractor, Lockheed Martin Information Systems and Global Solutions-Civil. Please submit all questions and comments to the FAA using the attached Question/Comment Response Form (Attachment A). Please submit all questions and comments to the FAA by the deadline specified in this announcement. Vendors must provide written responses. If the FAA determines one-on-one meetings will add value to the process, the FAA may elect to conduct meetings with some or all respondents at its sole discretion. V.INSTRUCTIONS FOR SUBMITTALS Submissions must be submitted electronically in Microsoft Office format, Times Roman Font size 12. If submissions are posted in portable document file (PDF) format, a Microsoft Word version of the responses must also be provided. All responses to this Market Survey/RFI must be in writing. Submissions must be posted to a FAA SharePoint site that will be provided upon request from each vendor. Vendors must contact Agnes Kelly (via email: agnes.kelly@faa.gov) to request a unique SharePoint site URL, username, and password in order to upload their submissions. Submissions must be posted to the section of each vendor s SharePoint site entitled Vendor Submittal. All submissions must be posted by 3:00 p.m. Eastern Time on December 16, 2016. Submissions must include company point(s) of contact, title(s), telephone number(s), e-mail address(es), and mailing address. Responses will not be returned. The FAA intends to utilize information provided in response to this Market Survey/RFI in finalizing the FFSP Final SIR. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. Please direct any inquiries regarding this Market Survey/RFI to Agnes Kelly at agnes.kelly@faa.gov. Alternate contact: Patrick Weare at patrick.weare@faa.gov. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27565 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/25898/listing.html)
 
Document(s)
Attachment
 
File Name: DRAFT_Section I-Clauses (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79369)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79369

 
File Name: DRAFT J-8 Monthly Status Report DID.0.1 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79376)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79376

 
File Name: DRAFT_J-9 -Strategic_Plan (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79367)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79367

 
File Name: DRAFT J-4 Performance Requirements Summary_0.2 (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/79377)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79377

 
File Name: DRAFT_Section H -Special_Contract_Requirements (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79368)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79368

 
File Name: DRAFT_Section E-Inspection_and_Acceptance (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79365)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79365

 
File Name: DRAFT_J-7 -Contract_Data_Requirements_Listing (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79378)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79378

 
File Name: Interested Parties List (doc) (https://faaco.faa.gov/index.cfm/attachment/download/79379)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79379

 
File Name: DRAFT_Section B -Supplies_or_Services_and_Prices_Costs (doc) (https://faaco.faa.gov/index.cfm/attachment/download/79366)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79366

 
File Name: J-6_WSDD-FNSENIIWS-001 Rev A (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/79359)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79359

 
File Name: Attachment A - FFSP Market Survey - Draft SIR Comment Review Matrix (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/79358)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79358

 
File Name: FFSP_Market-Survey_Amendment-5_Interested Parties List (doc) (https://faaco.faa.gov/index.cfm/attachment/download/79357)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79357

 
File Name: DRAFT_Section G-Contract Adminstration (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79373)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79373

 
File Name: DRAFT_Section L -Instructions_to_Offerors (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79364)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79364

 
File Name: DRAFT_Section C-Performance_Work_Statement (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79372)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79372

 
File Name: DRAFT_J-1 -Description_of_Services (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79381)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79381

 
File Name: DRAFT_J-8 -DID (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79363)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79363

 
File Name: J-5 - Flight Services Traffic Data (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/79380)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79380

 
File Name: DRAFT_Section M -Evaluation Factors (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79375)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79375

 
File Name: DRAFT_J-2 -Transition_Constraints (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79362)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79362

 
File Name: DRAFT J-8 - Workload Data Collection Report DID.0.2 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79374)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79374

 
File Name: DRAFT_Section D-Packaging and Marking (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79361)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79361

 
File Name: J-10 - FFSP User-Surveys (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/79360)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79360

 
File Name: DRAFT_Section F -Deliveries_or_Performance (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79371)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79371

 
File Name: Amendment_DRAFT_Section K -Representations_Certifications-and-Other_Statements.0.3 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/79370)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79370

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04548357-W 20170618/170616235316-31a17c01fccd6ab0a31ac81ee2d78f4b (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.