MODIFICATION
99 -- Direct User Access Terminal Service (DUATS)
- Notice Date
- 6/7/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-240 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 11872
- Response Due
- 7/11/2012
- Archive Date
- 7/26/2012
- Point of Contact
- Patrick Weare, 202-267-5483
- E-Mail Address
-
patrick.weare@faa.gov
(patrick.weare@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This market survey announcement is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) 3.2.1.2.1. This is a market survey. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submittal is solely at the interested vendor's expense. I. INTRODUCTION/ BACKGROUND The FAA requires current dial-up and internet-based flight service functions provided under Direct User Access Terminal Service (DUATS) to continue until the functionality is provided under Future Flight Services Program (FFSP). II. PURPOSE The purpose of this market survey is to: 1.Request industry comments on the DRAFT DUATS Statement of Work (SOW) and Specification. 2.Solicit industry best practices, methodologies, and potential alternative service approaches to provide DUATS. 3.Explore and assess the feasibility benefits, risks, and interest in potential alternative service approaches for DUATS. III. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The Principal North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services. IV. INDUSTRY COMMENTS ON DRAFT DUATS SOW AND SPECIFCIATION The FAA is soliciting industry comments on the DRAFT DUATS SOW and Specification. Interested parties are encouraged to review the attached DRAFT copies of the SOW and Specification. All comments must be provided in writing and will be considered by the FAA for incorporation into the FINAL SOW and Specification. V. POTENTIAL ALTERNATIVE SERVICE APPROACHES FOR DUATS The FAA is exploring the feasibility of potential alternative service approaches for DUATS. Currently, DUATS is provided by two separate FAA contracts with Data Transformation Corporation (DTC) and Computer Sciences Corporation (CSC) - who each bill the FAA monthly based on the number of transactions with users. In an effort to improve services and reduce cost, the FAA is soliciting industry and stakeholder input on potential alternative service approaches to continue providing DUATS. Approaches may include, but are not limited to, continuing with the current FAA contract approach to developing Government Industry Partnerships (GIPs) between the FAA and other entities. VI. QUESTIONS TO INDUSTRY Respondents are requested to answer the following questions: 1.Would your company be interested in pursuing a GIP or any other alternative service approaches with the FAA to provide DUATS to the general aviation (GA) community? Please provide alternative concepts. 2.Do any alternative service approaches seem feasible to a commercial entity? What structural agreement would make an alternative service approach for these services a feasible and mutually beneficial solution? 3.Are there ways the agreement could be structured that would provide continuous improvements to the service in terms of safety and efficiency at a reduced cost to the FAA? If so, please discuss how this could be achieved under an alternative service approach. 4.Can your company's current system access the National Airspace System (NAS)? If so, what specific systems are you interfacing with and what protocol is used in doing so? What FAA testing was conducted with each system? What type of message traffic is exchanged? 5.What other data could be exchanged through the NAS to potentially create a revenue stream to sustain services? 6.What is your company currently charging for the use of DUATS functions, if anything? 7.What issues or barriers would deter or prevent your company from pursuing an alternative service approach with the FAA? 8.What are the technical risks associated with a DUATS alternative service approach? 9.What are the financial risks associated with a DUATS alternate service approach? 10.Is your company capable of providing DUATS under any alternative service approach? If so, please provide: a. A written Capabilities Statement demonstrating technical experience, capability, and understanding of the requirements stated in the attached draft SOW and Specification. This document should identify: i.Type of services provided by your firm ii.Size and type of services of a like or similar nature provided by previous contracts (elaborate and provide detailed information and past performance) iii.Number of years in business iv.DUATS has a requirement that the system must be able to handle up to 10,000,000 transactions annually. Please provide evidence that your company's solution can handle this capacity. b.Geographical areas where your company can provide services c.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. d.If a small business, complete the attached Business Declaration Form. VII. INSTRUCTIONS FOR SUBMITTALS Interested parties must provide responses in writing. Responses must be in common electronic readable format (Microsoft Word 2003, Excel 2003, PowerPoint 2003, PDF), in Times New Roman 12 Font. Please limit company background to one page. There is no limit on page responses. Please provide answers to the questions in the same order as identified in Section VII. Comments and questions must be received by Tuesday, July 10, 2012, 3:00PM EST and must be submitted electronically to the Contracting Officer, Patrick Weare, at patrick.weare@faa.gov. Any proprietary or confidential information contained in the market survey submissions should be appropriately marked. Government Point of Contact: Patrick Weare Contracting Officer, AAQ-240 800 Independence Ave., SW Room 406 Washington, DC 20591 Email: patrick.weare@faa.gov Phone: 202-267-5483
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/11872/listing.html)
- Record
- SN02769015-W 20120609/120607235330-9b90641c41d7aa0eccfcc3cc04b9e591 (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 |