SOLICITATION NOTICE
99 -- Market Survey - Enroute Printing and Distribution Services Request for Sources Information
- Notice Date
- 2/25/2011
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-310 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- DTFAAC-11-M-02950
- Response Due
- 3/30/2011
- Archive Date
- 4/14/2011
- Point of Contact
- John Hawk, 405-954-5102
- E-Mail Address
-
john.hawk@faa.gov
(john.hawk@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Market Survey/Enroute Printing and Distribution Services/Request for Sources Information General Information: The Federal Aviation Administration (FAA), Aviation System Standards (AJW), National Aeronautical Charting Group (NACG) is conducting a Market Survey/Request for Information to improve the Government's understanding of the current marketplace and to identify qualified and capable sources. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP) of any kind. Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements in the attached description. The FAA intends to review all response submittals to establish their acquisition strategy. Responses to this market survey will be used to develop the Source List for use when the solicitation is issued and to determine if the requirement can be set aside for Socially and Economically Disadvantaged Businesses (SEDB) or Small Business, or opened up for full and open competition. The information identified from this market survey may result in a restricted Screening Process when the RFP is issued. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. The NAICS CODE for this requirement will be 323110, Commercial Lithographic Printing, with a Size Standard of 500 personnel. The requirement is for Printing and Distribution Services for Enroute High and Low Altitude Charts (U.S. and Alaska), and Enroute Area Charts (U.S.), and includes lithographic, finishing, and distribution services for approximately 800,000 charts every 56 days. The Enroute charting products support civilian and military aeronautical navigation in the conterminous United States, Alaska, Hawaii, and the Caribbean-Gulf of Mexico areas. The contract shall require strict adherence to the performance schedule specified. Failure to meet the rigid schedule and/or production failure of the Contractor to perform as prescribed could possibly result in legal action to which the Contractor and the Government are named as parties. During the life of this contract, the Government Furnished Property (GFP) will change as NACG automates their production methods. This contract will begin with the Government furnishing both four composite negatives and electronic.pdf files to the contractor for printing. As automated practices increase, the Government will provide fewer charts to be printed via four composite negatives, and more charts to be printed using.pdf files. This migration to.pdf files will be rolled out through the life of this contract, furnishing.pdf files to the Contractor as they become available. It is anticipated that by the end of this contract, a complete migration to.pdf files will be accomplished. Timelines to rollout each chart suite will not be established; however NACG will notify the Contractor three cycles prior to a chart, or suite of charts, being automated. The Contractor must have a back-up plan in place in the event their facility becomes non-operational, insuring production is not interrupted and that all the Enroute suite of charts are printed and distributed according to the schedules in Section 8.2 of the PWS. A back-up plan summary must be included in the responses submitted by interested vendors to this market survey (see Attachment A). All decisions will be made based on the information provided by vendors responding to this market survey. Attached to this announcement is a draft Performance Work Statement (PWS) for Printing and Distribution Services. Note: the actual PWS is in process and will be provided with the SIR when it is formally issued. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://faaco.faa.gov (or by access through http://fast.faa.gov). All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's Market Survey/Request for Information submissions will be solely at the interested vendor's expense. Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. Response to this Market Survey: Interested sources should provide evidence of their qualifications/capabilities to provide the required Printing and Distribution Services, as shown in the draft PWS (Attachment D). It is also requested that responses to this market survey include a cost estimate for the DIFFERENCES in the defined work in Section 2 (print from GFP of pdf files) as compared to the defined work in Section 1 (print from GFP of negatives) of the draft PWS. These differences predominantly relate to the downloading, receiving, inspection, handling, storage, preparation for printing, and other activities for printing charts from the.pdf files and will be used to assist the FAA for planning purposes. Attachment A includes a request for information summarizing the vendor's qualifications and capabilities regarding production back-up plans and plans for delivery of quality assurance proof/plots. Vendor's must meet these minimum requirements in order be considered an acceptable source. Interested vendors must provide their qualifications and capabilities in their response to the market survey with supporting documentation/information that clearly demonstrates that the required minimum requirements are met or exceeded. Attachment B includes a request for reference information for the vendor's performance on previous contracts. Attachment C is a business declaration form for descriptive information regarding the business status of the vendor. Attachment D is a draft Performance Work Statement. Please note that documents downloaded from sites other than the FAA's Contracting Opportunities Homepage may not be the latest documents. All amendments will also be shown on this site as "Amendment" when required. Vendors must access this site daily to determine if additional amendments have been issued. Only vendors that respond with information packages providing the required information demonstrating that their firm meets the minimum requirements will be added to the Source List. The minimum requirements will remain the same for the issued SIR as contained in the requested information for this market survey. All responses submittals (one response per company) are to be provided with a cover letter on company letterhead. Responses must be received no later than 3:00 P.M, local time, 30 March, 2011. Response submittals must include the following: 1. Documentation that clearly demonstrates that the interested vendor is qualified and capable of providing the required services. The format of the documentation is at the discretion of the vendor.2. A cost estimate for the DIFFERENCES in the defined work in Section 2 (print from GFP of pdf files) as compared to the defined work in Section 1 (print from GFP of negatives) of the draft PWS. These differences predominantly relate to the downloading, receiving, inspection, handling, storage, preparation for printing, and other activities for printing charts from the.pdf files. The format of the cost estimate is at the discretion of the vendor; however, the cost estimate should be provided to a level of detail for which the cost elements, levels of effort, materials, quantities, and associated costs for each definable segment of work may be easily discerned. NOTE: The cost estimate is for informational purposes only and will NOT be released or used for screening, evaluation, or source selection purposes. Any proprietary information submitted will be protected if appropriately marked.3. Responses to the requested information in Attachment A.4. Responses to the requested information in Attachment B.5. Responses to the requested information in Attachment C. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email address: john.hawk@faa.gov Responses should be submitted in a portable document format (i.e..pdf file); however, Microsoft Word is acceptable. If you cannot respond electronically, please send response submittals to: Federal Aviation AdministrationAttn: John Hawk, Contracting Officer (AMQ-310) Mailing Address: P.O. Box 25082 Oklahoma City, OK 73125 Physical Address: 6500 S. MacArthur Boulevard Oklahoma City, OK 73169-6901 Point of contact is John Hawk, Contracting Officer, at e-mail john.hawk@faa.gov or telephone (405) 954-5102 or FAX (405) 954-3030. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 Central Contractor Registration (April 2006). Award cannot be made to a vendor that has not accomplished this registration. See paragraph (d) below: ***(d) If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. ATTACHMENT A: Qualifications/Capabilities (to be completed by vendor and returned)ATTACHMENT B: References (to be completed by vendor and returned)ATTACHMENT C: Business Declaration (to be completed by vendor and returned)ATTACHMENT D: Draft Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-11-M-02950/listing.html)
- Record
- SN02388274-W 20110227/110225234653-80a91314391a27210a8d04f49060516d (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 |