SOLICITATION NOTICE
99 -- FAA Operational Facility Console
- Notice Date
- 10/23/2009
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-47 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 8869
- Response Due
- 11/6/2009
- Archive Date
- 11/21/2009
- Point of Contact
- William Weinig, 202-385-6667
- E-Mail Address
-
william.weinig@faa.gov
(william.weinig@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This announcement is a Request For Information (RFI). The Federal Aviation Administration (FAA) is requesting information from venders capable of providing workstation consoles to be used at FAA operational facilities. The required console capabilities are identified in the attached Scope of work (SOW) and Console Specifications. These requirements are derived from FAA analytical observations and studies. The FAA anticipates soliciting offers from interested vendors with a Screening Information Request (SIR) following the evaluation of responses to this RFI; subject to the availability of funding. Vendors do not have to respond to this RFI to be eligible for the anticipated SIR. The anticipated contract is intended to be a Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The total potential quantity of this award is anticipated to be approximately 84 consoles. The minimum guaranteed quantity of this award is anticipated to be one (1) console. In accordance with Acquisitions Management System (AMS) Section 3.2.1.3.4, the FAA plans to set-aside this procurement for small business concerns. The NAICS codes for this requirement are 337211 - Wood Office Furniture Manufacturing and 337214 - Office Furniture (except Wood) Manufacturing with a small business size standard of 500 employees for both. REQUESTS: 1.FAA requests from potential vendors comments and questions regarding the Operational Facility Workstation Specifications. Comments with justifications/explanations are particularly helpful. Please use the supporting documentations attached to help you craft the justifications/explanations for the comments and questions. 2.Business Declaration completed and signed. Notes: A.FAA will provide potential vendors with an opportunity to respond to the Operational Facility Workstation Specifications until November 6, 2009. B.FAA will review the responses and, depending on the nature and number of responses it receives, conduct further discussions with respondents as necessary. The FAA will publicly release its responses to the comments and questions regarding the Console specifications. This effort will be completed by December 4, 2009. ATTACHMENTS: Attached to this RFI are the following documents: A.Scope of work (SOW) - DRAFT B.Console Specifications - DRAFTC.Report DOT/FAA/TC-09/02- Workstation and Workplace Ergonomics at Federal Aviation Administration Operations Control Centers: Phase 1-Evaluation of ergonomic issues D.HFDS 2003: Chapter 14 Anthropometry and biomechanics E.HFDS 2003: Appendix B - Anthropometric Data of Federal Aviation Administration Technical Operations PersonnelF.Human Factors Design Standard (HFDS 2003):* http://hf.tc.faa.gov/hfds/download.htmG.Business Declaration Form Items C, D, E and F are only included for the purpose of providing background information only. * Due to its significant size, this document is NOT attached to the RFI and can instead be found at the indicated web site for download. Before downloading, you will be prompted to fill out information about your organization. This information will help FAA researchers understand how the HFDS is being used and may guide future revisions and projects. The profile information is optional and in no way affiliated with the RFI. SUBMISSION FORMAT: Electronic1 setwilliam.weinig@faa.gov OR Hard copy1 originalWilliam Weinig950 L'Enfant Plaza North, SWSuite 300, WS 089Washington, DC. 20024 NOTES: If electronic and hard copies are submitted, both submissions must be identical. Submissions must not exceed 20 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (pdf). Also, please note that the FAA e-mail server restricts file size to 10MB per e-mail; therefore, responses may have to be submitted in more than one e-mail in order to be received. This RFI shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these items. The FAA will not be liable for any costs associated with the preparation of responses to the RFI, nor reimburse or otherwise pay any costs incurred by any party responding to this announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities web page. It is the offeror's responsibility to monitor this site for the release of the solicitation. The FAA reserves the right to change, modify, alter or retain the scope and requirements communicated herein. The FAA recognizes the importance of receiving input from industry; however the ultimate responsibility to develop and establish requirements lies with the Government. Interested vendor's responses must be submitted no later than 2:00 P.M. Eastern time on November 06, 2009. All responses to this RFI must be in writing and on company letterhead. Submit any questions by email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/8869/listing.html)
- Record
- SN01991612-W 20091025/091023235747-3d9dea474d3ea63a7993494cc976d45d (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 |