Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

99 -- Weather and Radar Processor (WARP) Maintenance and Sustainment Services (WMSS)

Notice Date
5/6/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-462 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-09-R-00027
 
Response Due
6/30/2009 11:59:00 PM
 
Archive Date
7/15/2009
 
Point of Contact
Osita Umeh, (202) 385-8449<br />
 
Small Business Set-Aside
N/A
 
Description
This public announcement is being issued in accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS) Section 3.2.2.4. This is not a solicitation announcement. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. 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 Small Business Administration (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 maintenance and sustainment services for the Weather and Radar Processor (WARP) program. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The principle North American Industry Classification System (NAICS) code for this effort is 541990, "All Other Professional, Scientific and Technical Services", with a size standard of $7.0M. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. 1. Capability Statement - This document should identify: Type of services provided by your firm, Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance), and Number of years in business 2. Geographical areas where your company can provide services 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents 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 current Weather and Radar Processor (WARP) Maintenance and Sustainment Services (WMSS) contract will expire on September 30, 2009. The FAA has an ongoing requirement for WARP services and is planning to award a new contract for a term of up to six (6) years, from October 1, 2009 through September 30, 2015. This contract will be a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Priced (FFP) line items and is estimated in the amount of $75.0M. The requirements will call for supplies and services to be performed in accordance with the Statement of Work (SOW), the "U.S. Department of Transportation Federal Aviation Administration Specification, Weather and Radar Processor (WARP), FAA-E-2898g", and all applicable interface documents identified in the SOW. Specific skills required include, but are not limited to, junior, mid-level, and senior qualified individuals in the following categories: Program management, systems engineering, information systems security, integrated logistics support (ILS) management, quality assurance, configuration management, operational support, and material and support to test, deliver and install WARP system hardware, software modifications, and adaptation data changes. In addition to highly-skilled professional personnel, the contractor must also provide WARP System hardware and software maintenance including:1) Maintenance personnel, 2) 24 hr /7 days a week, 365 days helpdesk support, 3) On-site contractor support at the William J. Hughes Technical Center (WJHTC) 4) Maintenance management for all WARP Systems 5) Supportability, Maintainability, and Reliability Engineering,6) WARP sustainment tasks, and 7) All weather data products except those for which Automated Weather Observing System (AWOS) Data Acquisition System (ADAS), Weather Messaging Switching Center Replacement (WMSCR), National Weather Service Telecommunications Gateway (NWSTG), Alaska Regional Headquarters or Weather Surveillance Radar (WSR)-88D have been identified as the source in the WARP System Specification (FAA-E-2898g). The WARP systems are located at 20 CONUS Air Route Traffic Control Centers (ARTCCs), two (2) systems at the WJHTC, Atlantic City, NJ, one (1) system at the Air Traffic Control System Command Center (ATCSCC) and one (1) system in Anchorage, Alaska. Finally, the contractor must possess current (or recent) experience with WARP systems, equipment and component processes and procedures, as well as demonstrate a proven, reliable and dependable performance track record. All prospective new contractors must transfer all incumbent service capabilities with no interruption. Interested companies are required to provide (1) a capability summary of not more than 25 pages addressing corporate capabilities to accomplish this work, as well as to transition seamlessly, (2) completion of the attached market survey questionnaire. Responses must be received no later than 2:00PM May 15, 2009. The FAA is not 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, conflict-free credentials, and unbiased status. Responses will not be returned. This is not a request for competitive proposals and will not result in a contract award. No collect calls or telephone inquiries will be accepted. This is a sources sought announcement. No solicitation exists; 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. The incumbent contractor does not have to submit a capability summary to be included in consideration for contract award. However, with respect to any other potential contractor, the failure to submit the requested capability summary and other required information will result in the exclusion of such company from consideration for contract award. Inquiries relative to this announcement are to be submitted in writing by regular mail or by e-mail to the following: Federal Aviation AdministrationATTN: Osita Umeh, AJA-462Contracting Officer3rd Floor, Room 3E42LN600 Independence Avenue, S.W.Washington, D.C. 20591osita.umeh@faa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=161991938cec37033f783fd80c592f75&tab=core&_cview=1)
 
Record
SN01810920-W 20090508/090506223056-dacd1fa3c26e7bbf637badf77fc1e2df (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.