SOLICITATION NOTICE
99 -- MARKEt SURVEY: Capability Assessment for TERPS
- Notice Date
- 3/5/2010
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-473 AJA - Technical Center (Atlantic City, NJ)
- ZIP Code
- 00000
- Solicitation Number
- DTFACT-10-M-00020
- Response Due
- 4/1/2010
- Archive Date
- 4/16/2010
- Point of Contact
- Harry Lutz, 609-485-6127
- E-Mail Address
-
harry.lutz@faa.gov
(harry.lutz@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This public announcement is being issued in accordance with the Federal Aviation Administrations (FAA) Acquisition Management System Section 3.2.2.4. It is a survey not a solicitation, to determine interest and capabilities of interested Small Businesses. A predecessor contract, # DTFACT-05-D-00009 was awarded to a Small Business in 2005. The FAA has an ongoing need for most of the tasks that were in the aforementioned contract. The FAA has revised and added tasks for better support of the Tower Siting Process. This market survey is being conducted to aid the FAA in determining whether adequate competition exists to set aside competition to Small Businesses. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. In 2005, the Federal Aviation Administration (FAA) issued a revised Siting Order, 648.4A that required Line of Business to travel to the William J. Hughes Technical Center in Atlantic City, NJ to participate in real time Airport Traffic Control Tower (ATCT) sitings. The success of each ATCT Siting requires the same consistent application of analysis and correct Terminal Instrument Procedures (TERPS) evaluations. For each ATCT siting, time-sensitive preliminary reporting of TERPS impacts and data gathering and verification of the following approved FAA databases is required: -Aviation Standards Service (AVN)-Information Systems (IS) &- National Airspace Resource (NASR) The contractor assists the siting team in selecting a site, within the required thirty minute response time that has little or no impact to any Standard Instrument Approach Procedures (SIAPs) into or out of the airport. In the location where SIAPs impact exists, the contractor recommends adjustments to the ATCT location or height to minimize or eliminate adverse impacts. The contractor is responsible for follow-up coordination with the appropriate offices within the FAA until the Air Space case is officially approved. Contractors must be qualified on the following requirements:1-Contractor is required to have a minimum of five years experience in United States Standards for Terminal Instrument Procedures (TERPS).2-The contractor shall submit detailed information regarding Professional Qualifications and Specialized Experience in TERPs. The information shall, at a minimum, include key personnel (including experience and work history), applicable training, specific tasks/work completed related to TERPs, and if applicable any current TERPs projects.3-The contract shall provide five examples of TERPs consulting in the last two (2) years. The submitted information must include the following; the airport, nature of studies, dollar value, period of performance, point of contact at airport, and outcome of study if applicable. Interested companies are required to provide a capability summary of not more than eight pages that address the specific capabilities stated above and complete the attached Business Declaration form. Submissions of capability summaries are due by 2pm EST Thursday April 1, 2010. The FAA is not liable for costs associated with the preparation and submittal of responses to this announcement. Brochures alone will not be considered sufficient documentation for demonstration capabilities. Responses will not be returned. This is a sources sought announcement so NO solicitation exists. If a determination to set this requirement aside for Small Businesses is made, failure to respond to this announcement may result in exclusion of offeror from competition since, upon Contracting Officer decision, the solicitation may be released to qualified, responding Small Business. The FAA may require qualified small business to participate in testing to confirm and validate the contractor possess the capabilities to meet the required 30 minute response time. Only contractors who meet the requirements will be requested to submit proposals. The North American Industry Code Standard for the work contemplates is 541511-Custom Computer Programming Services and the Small Business Size Standard is $25 million. A draft Statement of Work for Terminal Instrument Procedures (TERPS) is attached. All questions are to be submitted, via email, to harry.lutz@faa.gov not later than 2pm Eastern Standard Time March 25, 2010. No telephone inquiries will be accepted. All responses to this announcement must be submitted, via email, to harry.lutz@faa.gov not later than 2pm Eastern Standard Time, Thursday April 1, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/DTFACT-10-M-00020/listing.html)
- Record
- SN02084511-W 20100307/100305235652-d70f1a60e10c83c3e0c2c475cb764294 (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 |