United States - Professional services support (pss)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 September 2019
Opportunity publication date
11 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 10, 2019 1:22 pm

PROFESSIONAL SERVICES SUPPORT (PSS) 693KA9-19-R-00015

1. Introduction/Purpose

The purpose of this market survey is to inform industry of the FAA’s intent to award multiple new contracts as a follow-on to FAA’s En Route Technical Assistance Support Services (ETASS) contracts. This action is required due to the expiration of the ETASS contracts on January 31, 2021. This announcement requests industry input and current marketplace information from both large and small business firms to assist the FAA in its acquisition planning for the forthcoming PSS Program.

The ETASS vehicle has three incumbent contractors who support the ATO through one hundred and twenty active task orders. A primary objective of the Professional Services Support (PSS) procurement is to streamline the ordering process and reduce the number of task orders. The FAA intends to combine the task orders for each supported directorate and then issue multiple awards. Work orders will be issued as necessary to engage the contract holders and define specific deliverables, service levels, functional areas and skill requirements. The FAA seeks Industry comments on this approach as part of this market survey request.

The duration of the planned awards may be up to seven (7) years with a three (3)-year Base and two, 2 year options. Task order awards are not anticipated to exceed five (3) years in duration, with added increments of time shown as priced options. Awarded contracts will use a shared ceiling.

PROJECTED SCHEDULE OF EVENTS

Milestone - Tentative Dates

Final SIR Issued: December 13, 2019

Proposals Due from Offerors: March 13, 2020

Source Evaluation: April to August 2020

Contract Award: October 2020

2. Incumbent Contractor(s)

There are three prime contractors providing support services under the ETASS contract: Oasis Systems, LLC, contract number DTFAWA-12-D-00011; General Dynamics Information Technology, Inc., contract number DTFAWA-12-D-00012 and Science Applications International Corp., contract number DTFAWA-12-D-00013. These prime contractors provide functional area support across the PMO directories.

PSS is a follow-on to EnRoute Technical Assistance Support Services (ETASS) and will support operations in the Program Management Organization (PMO) of the Federal Aviation Administration’s Air Traffic Organization (ATO). The professional and technical support services acquired under this contract will assist in achieving agency strategic goals by providing mission critical support to the following PMO Directorates:

Program Control and Integration (AJM-1): Directorate’s focus areas include program control, cross-cutting analysis and integration, and special initiatives. Additionally, AJM-1 strengthens the relationships of Mission Support Services, Aviation Safety, and the NextGen organizations among other programs to ensure value for the operation and promised NextGen benefits for airspace users.

Air Traffic Systems Directorate (AJM-2): is responsible for developing, deploying and operating systems that deliver services to all segments of the NAS, including systems that support decision-making for traffic flow managers and systems that provide services directly to pilots for improved safety and efficiency.

Enterprise Services Directorate (AJM-3): develops, acquires, deploys, maintains, sustains, and improves navigation, communications, weather, and aeronautical information products and services for the NAS.

Surveillance Services Directorate (AJM-4): focuses on the surveillance systems that provide the complete picture for operations taking place in the National Airspace. These systems range from traditional ground based radar to more advanced GPS based positioning systems.

The PSS vehicle will also support other directorates by providing knowledgeable resources to support the ATO objectives of safe, secure, efficient, responsive air transportation system to the nation and global aviation community.

PSS will replace an expiring ETASS contract that provides support services through distinct functional areas. The core functional service areas required under the PSS scope of work include the following:

Table 1: Functional Areas of Support

Systems Engineering Support

Software Engineering Support

Hardware Engineering Support

Human Factors Engineering Support

Information Systems Security Support

Safety Management Support

Strategic Planning Support

Program Management Support

Configuration Management Support

Business, Financial, and Acquisition Management Support

Administrative Management Support

Training Assistance Support

Testing Support Logistics Support

Implementation Support Facilities Support

Operational Support Performance Data Management/Performance Analysis

Meteorological Support Communications Support

These functional areas may be grouped to support a range of technical, operational, management and administration task found in PMO’s portfolio of programs.

3. Nature of Competition

The Government's intends to conduct a single procurement to establish multiple-award, Indefinite Delivery/Indefinite Quantity (ID/IQ), type contracts. Awards to both small and large businesses are planned; the projected number of awards are not known at this time.

4. Standard Language

(a)This is not a Screening Information Request or Request for Proposals of any kind;

(b)The FAA is not seeking or accepting unsolicited proposals;

(c)The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and

(d)Any costs associated with the market survey submittal is solely at the interested vendor’s expense.

5. North American Industry Classification System

(NAICS) Code 541330 – Engineering Services except Military and Aerospace Equipment and Military Weapons. The size standard exception under this code for Military and Aerospace Equipment and Military Weapons of $38.5 million currently applies.

6. Submittal Requirements for Market Survey

Interested Parties are required to submit the following documentation and respond to the listed information before the stated deadline:

1.Statement of Work: Please comment on attachment 1, Statement of Work

2.Business Declaration Form: Please complete and provide attachment 2, “Business Declaration Form” with your Market Survey response.

3.Capabilities Summary: Provide a brief description of the company, its services, number of employees, and National Airspace System (NAS) capabilities and its viability and capacity for supporting the relevant SOW task areas. Limit response to 10 pages or less. Companies are encouraged to respond to this Market Survey by submitting a brief Capability Statement of no more than 10 pages describing their ability to successfully perform the tasks in the draft SOW along with their experience performing similar work.

4.Streamline Ordering Process: Please comment or provide suggestions to streamline the ordering process and reduce the number of task orders.

Responses MUST demonstrate that any interested entity can meet the EXACT specifications in the SOW.

7. Delivery of Submittals

All responses must be submitted via email to Natalie.burgess@faa.gov, no later than 2:00pm EST, September 24, 2019. Responses received after this date and time will not be considered. Submittal emails must include the subject line “693KA9-19-R-00015 Response to Market Survey – [insert Name of Interested Party]”. Electronic submissions should be in either Microsoft Word, or pdf. Also, please note that the FAA e-mail server restricts file size to 10 MB. Submission must include company point(s) of contact, telephone number(s), email address (es), and mailing address. Under no circumstances are communications authorized on this matter directly with the technical/requiring/program office.

Interested Parties are advised to mark any proprietary information that is included in their responses.

The FAA plans to publicize a list of those companies which have given us permission to have their names listed. The FAA intends this listing to promote further teaming and subcontracting opportunities within the business community. If a respondent desires to have its name so publicized, please state so, and provide the name and phone number of a designated contact point. Companies who do not explicitly authorize listing their names will not be listed.

For more information related to Small Businesses and Teaming Arrangements, refer to the FAA’s Small Business Office Website www.sbo.faa.gov. The FAA’s small business data base, Source-Net, is a good resource to find potential partners/teaming arrangements.

The FAA does not intend to directly respond to public inquiries or recommendations provided for this Market Survey. The FAA intends to utilize these Industry comments to assist the FAA in defining the requirements.

8. Attachments

(a) Draft Statement of Work/Specification – Attachment 1

(b) Business Declaration Form- Attachment 2

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/34612 to view the original announcement.

Opportunity closing date
24 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Transportation Headquarters United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?