SOLICITATION NOTICE
99 -- ADS-B NAS Wide Acquisition Program - Screening Information Request (SIR)-Revised Schedule
- Notice Date
- 11/14/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-46 FAA Headquarters (ASU)
- ZIP Code
- 00000
- Solicitation Number
- 5250
- Response Due
- 11/21/2006
- Archive Date
- 12/21/2006
- Description
- This public announcement advises industry that the ADS-B Screening Information Request planned for issuance the week of November 20, 2006 has been rescheduled for issuance the week of November 27, 2006. The response date will also be extended a week to January 24, 2007. The following clarifications are made regarding the ROM cost data. 1. The FAA Acquisition Management System requires some form of cost data if a screening information request SIR is to be used to down-select vendors. 2. ROM costs will not be used to extrapolate any projected cost for the program. 3. The costs will be evaluated to determine consistency/intertwining between the technical approach, vendor assumptions regarding the degree and content of effort, and the ROM. For instance, use of existing inventory or sites will have an impact on the ROM cost. The ROM cost can be supported by assertions and assumptions i.e. "A 1090 radio transmitter will have to be developed". 4. The SIR responses will be evaluated with regard to understanding the requirement and the effectiveness/risk of the approach. 5. As stated in Industry Day #3, the SIR is considered the gateway for vendors who are likely to receive an award. The SIR response will not be evaluated as a "best value" analysis which is used to determine who receives an award in response to a Request for Offer. As previously communicated to industry, the FAA is seeking creative and innovative approaches to providing Broadcast Surveillance Services as contemplated under a performance based service acquisition Vendors may propose approaches which satisfy the functional requirements while not specifically conforming to the schematics depicted in the essential and critical specifications. Delivery of ADS-B, TIS-B, and FIS-B services to service delivery points is the primary requirement. Those vendors selected for further discussions will be required to develop a Small Business Subcontracting Plan prior to contract award. The Contracting Officer will provide goals through coordination with the FAA Small Business Office. In addition, the FAA Surveillance and Broadcast Services Office will incorporate the FAA Mentor-Prot??g?? Program into any resultant contract. An approved Mentor-Protege agreement will be required prior to contract award. The FAA Mentor-Prot??g?? Program is designed to motivate and encourage firms to assist Small Socially and Economically Disadvantaged Businesses (SEDB), Service-Disabled Veteran-Owned Small Business (SDVSB), Historically Black Colleges and Universities (HBCU), Minority Institutions (MI) and Women-Owned (WO) Small Businesses in enhancing their capabilities to perform FAA prime contracts and subcontracts, foster the establishment of long-term business relationships between these entities and Mentor Firms, and increase the overall number of these entities that receive FAA prime contract and subcontract awards. A "Mentor-Prot??g?? Program Guide" may be accessed at http://fast.faa.gov/procurement_guide/html/index.htm Information about the Mentor-Prot??g?? Program can be accessed at whttp://fasteditapp.faa.gov/ams/do_action
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov:7777/index.cfm?ref=5250)
- Record
- SN01180568-W 20061116/061114220317 (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 |