SOLICITATION NOTICE
99 -- Integrated Display System Replacement
- Notice Date
- 11/12/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- DTFAWA-09-R-00462
- Response Due
- 12/3/2008
- Archive Date
- 12/18/2008
- Point of Contact
- Curtis Fields, 202-385-8649<br />
- Small Business Set-Aside
- N/A
- Description
- This market survey is issued in accordance with FAA Acquisition Management System (AMS) paragraph 3.2.1.2.1, to obtain information necessary to determine whether adequate competition exists to set-aside this requirement among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The FAA intends to procure Integrated Display Systems (IDS) to replace the existing IDS-4 systems at various locations across the United States. The IDS is a local and wide area network providing a methodology for the acquisition and dissemination of weather and operational data from a multitude of National Airspace System (NAS) and National Weather Service (NWS) systems to Air Traffic Controllers and Managers at Terminal Radar Approach Control (TRACON), Air Traffic Control Tower (ATCT), Department of Defense, and other facilities as required to provide a complete network. The current IDS-4 uses a DOS based application and hardware no longer supported by industry. The FAA intends to replace 2,230 IDS-4 workstations at all existing IDS-4 locations. The FAA may procure additional workstations to fulfill the same or similar display system requirements at other locations across the National Airspace System (NAS). The selected vendor will also be required to establish a logistics infrastructure for the display systems, to include: appropriate spare/repair parts; development and presentation of training courses; system manuals and instruction books; second level engineering support, and various types/levels of testing. The selected vendor will be responsible for the design, development and production of the workstations, including all software, hardware, and firmware development necessary to meet the FAA's minimum requirements. However, the FAA will retain all rights to software. The vendor will also be responsible for performing the site preparation, site adaptation, and installation of the system. The FAA currently plans to release a Screening Information Request/Request for Proposal (SIR/RFP) in January 2009. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing an information display system described. The principle North American Industry Classification System (NAICS) code for this effort is 541511, Custom Computer Programming Services, with a size standard of $25 million. The FAA anticipates the award of an indefinite delivery/indefinite quantity (IDIQ) contract by March 2009 with deployment completed by September 2015. This is not a RFP. In order to make this determination the FAA requires the following from interested vendors: 1. Submission of capability statements that clearly demonstrates:(a) the administrative and technical skills and experience required to fully comply with the requirements of this effort; (b) the ability to work successfully within the FAA infrastructure in complying with the safety, security, and operational requirements contained in FAA Orders and Advisory Circulars for performance of duties on airport property or within the confines of secured FAA facilities; and, (c) the availability of a display system similar to that being requested by the FAA for this project. The Program Requirements Document for IDS-4 Replacement is provided as Attachment A to assist in your response. Responses shall be submitted on company letterhead, in a type font no less than 12 point and shall not exceed 15 pages in total length. Excessively elaborate responses containing marketing materials are not desired and may be discarded without review. Interested vendors shall also submit the Business Declaration Form provided as Attachment B, not to be included in the 15-page submission limitation. 2. Geographical areas where your company can provide services and; 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Vendors must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. The FAA will not pay any costs incurred by the vendor as a result of participation in this survey. Any information provided under this market survey is for informational purposes only and will not be released to the public. Submission of proprietary information, although not prohibited, is discouraged. Any proprietary information submitted must be adequately marked as proprietary and will be protected accordingly. Responses must be received no later than 3:00 PM Eastern Standard Time on December 3, 2008. The FAA prefers that all submittals, including attachments, be submitted electronically to the Contracting Officer at curtis.fields@faa.gov. Please submit in either Microsoft Word (*.doc) or portable document file (*.pdf) formats. If unable to respond electronically, please send three hard copies by the indicated deadline to: Federal Aviation Administration600 Independence Avenue, S.W.,Washington, DC 20591Attn: Curtis Fields, Contracting Officer, AJA-46FOB10B, Suite 4W150Phone: (202) 385-8649
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9cd5882b8b7e54a5051ea4dcbde7ce6&tab=core&_cview=1)
- Record
- SN01703546-W 20081114/081112214943-077a595519e8d76592c0f63a8150be19 (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 |