SOLICITATION NOTICE
99 -- Software Design & Development for the Aviation Safety Accident Prevention Phase of Monitoring Safety Related Data
- Notice Date
- 10/26/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-320 Aeronautical Center (AMQ)
- ZIP Code
- 00000
- Solicitation Number
- DTFAAC-07-R-00006
- Response Due
- 10/26/2007
- Archive Date
- 11/24/2007
- Description
- The FAA's Aviation Safety (AVS) organization that is responsible for promoting aviation safety by regulating and overseeing the civil aviation industry intends to issue a contract for its Aircraft Certification Service (AIR) organization located in Fort Worth, TX. The AIR organization is responsible for developing, administering and ensuring compliance to standards governing the design, production, airworthiness, and continued operational safety of civil aircraft and related components. Among AIR's most valuable assets are the knowledge, skills, and abilities of its workforce. This is especially true in the issuance of engineering and manufacturing approvals for aircraft design, related components, and production systems. Data generated during original certifications is used as a basis for design and production modifications, some of which may occur twenty or more years after the original approval. Currently AIR personnel are dependent on labor-intensive work processes and an archaic paper-based information system. These processes, combined with limited resources, could lead to decreased operational productivity and mission effectiveness and negatively impact management oversight of the AIR designees' workforce. In order to provide continued operational safety, AIR needs an integrated source of safety and compliance information and processes organized for easy, quick access, anytime, anyplace. Automated tools are needed for capturing knowledge and work metrics as part of normal work activities. Contemporary practices are required for increasing collaboration such as the use of electronic meetings to share project information. Automated tools are required for analyzing data to predict potentially unsafe conditions and for providing easily accessible management information. The Aviation Safety Knowledge Management Environment (ASKME) will meet these identified needs by storing AIR knowledge assets making them accessible, facilitating management and workforce decision making, providing a proactive system safety approach, and improving productivity in accomplishing the AIR mission. This announcement is a Market Survey used to solicit statements of interest and capabilities from SBA Certified 8(a) and Small Business concerns. At this time the nature of the competition has not been determined. This market survey is being conducted in order to obtain the information necessary to aid the FAA in its determination as to whether adequate competition exists to set-aside the competition among eligible socially and economically disadvantaged businesses (SEDB) that are certified by the SBA for participation in the SBA's 8(a) Program, or whether it is more appropriate to conduct this procurement using other Small Business competitive procurement procedures. The principal North American Industry Classification System (NAICS) code for this requirement is 541512, with a size standard of $21.0 Million. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA SEDB 8(a) Certification letter (if applicable). Failure to obtain adequate and appropriate SBA SEDB 8(a) or other small business participation in this market survey may result in a determination to conduct this procurement under other competitive procedures. The contractor shall furnish all personnel, materials, equipment and the services necessary to perform the requirements in the Statement of Work attached. The FAA intends to have any resultant contract in place by December 15, 2006. The anticipated period of performance is 12-months. All responses (one response per company) are to be provided on company letterhead and limited to a total of 10 type-written pages. No type font less than 12-point may be used. Interested sources are required to provide the following: (1) a capability summary describing the corporate approach to performing the work specified. At a minimum it shall address the following: a) The vendor's overall corporate structure from a technical perspective; i.e., how it is aligned (top-down) to oversee, manage and ensure quality services to the Customer. b) The vendor's access to additional resources, skills, subcontractors, subject matter experts, etc., if necessary, to successfully perform the proposed effort. c) The vendor's program management support, data analysis, planning techniques, and other resources to be employed in rendering the products and services described in the each of major tasks specified above. d) The vendor's overarching cost and schedule management controls to be employed in performing the major tasks specified above. (2) information concerning contracts which are considered relevant in demonstrating ability to perform the proposed effort for a Government agency or private company. At a minimum, the description shall include the information below for contracts performed within the past three (3) years: Project title/description Customer name Project start-end dates Project value Client point of contact (POC) information including e-mail address and telephone number Description of work performed Description of why the work is relevant to the proposed effort The FAA will not be liable for costs associated with the preparation and submittal of inquiries addressing this announcement. Brochures alone will not be considered sufficient documentation for demonstration of capabilities. Responses will not be returned. This is not a request for competitive proposals and will not result in a contract award. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No collect calls or telephone inquiries will be accepted. Since this is a sources sought announcement, no solicitation exists at this time; therefore do not request a copy of the solicitation. If a solicitation is issued, it will be synopsized on the FAA's contract opportunities web page. It is the potential offeror's responsibility to monitor this site for the release of any solicitation. All responses/submittals, including attachments, should be submitted electronically to the following email address: annette.harkless@faa.gov. (Reference market survey DTFAAC-07-R-00006). All responses/submittals, including attachments, should be submitted in either Microsoft Word, or portable document format (pdf). Also please note that the FAA e-mail server restricts file size to 10MB per e-mail, therefore responses/submittals may have to be submitted in more than one e-mail in order to be received. If you cannot respond electronically, please send one (1) copy to: Federal Aviation Administration Attn: Annette Harkless, Contracting Officer, AMQ-320 P.O. Box 25082 6500 S. MacArthur Boulevard Oklahoma City, OK 73169 All interested sources must provide their responses/submittals no later than 4:00 PM, CT, November 13, 2006. Information packages received after this date will be determined late and will not be considered.
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov:7777/index.cfm?ref=5210)
- Record
- SN01171211-W 20061028/061026220440 (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 |