DOCUMENT
R -- Market Survey for Cost and Pricing Support Services - Attachment
- Notice Date
- 7/6/2018
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-410 WA - FAA Headquarters (Washington, DC)
- Solicitation Number
- 30680
- Response Due
- 8/6/2018
- Archive Date
- 8/6/2018
- Point of Contact
- Keisha Dawkins, keisha.dawkins@faa.gov, Phone: 202-267-9191
- E-Mail Address
-
Click here to email Keisha Dawkins
(keisha.dawkins@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- A. ANNOUNCEMENT In accordance with A.M.S. 3.2.1.3.12 of the Federal Aviation Administration (FAA) Acquisition Management System (AMS), industry is hereby informed that the FAA Office of Acquisition Policy and Oversight, Cost/Price Analysis Services Division, requires support services to provide cost and price analysis services for agency Acquisition and Contracting Directorate Offices. These offices are responsible for acquisition services covering a variety of procurements from non-complex to highly complex major systems acquisitions. B. SCOPE These services include, but are not limited to: provide cost and price analyses for both competitions and single source procurements, reconcile internal financial records, support internal and external financial audit activities, assist in preparation of Government Cost Estimates, and assist Contracting Officer s Representatives (CORs) on projects and tasks related to project management. A draft Statement of Work (SOW) is attached to this Market Survey announcement. The anticipated contract type is time & materials, Indefinite Delivery-Indefinite Quantity (IDIQ). The period of performance will be a one-year base and three one-year option periods. The estimated level-of-effort is approximately 15,000 hours per year for a total of 60,000 hours over the performance period. The primary North American Industry Classification System Code for this requirement is: 541611 Administrative Management and General Management Consulting Services ($15.0 M size standard). C. PURPOSE At this time the nature of the competition has not been determined. The purpose of the market survey is to solicit statements of interest and capabilities from all business concerns. Furthermore, this survey will aid the FAA in its determination as to whether adequate competition exists to set-aside part or all of the competition amongst eligible SDVOSBs or 8(a) business concerns or whether it is more appropriate to conduct this procurement under other small business competition or full and open competition. This process promotes competition in each tier of small business concerns while still allowing other designated businesses to participate without issuing another market survey. The order of precedence for determining the nature of competition in the market survey is outlined below: (a) Service-disabled Veteran Owned Small Business (SDVOSB) and 8(a) (b) Small Business Concerns (c) Full and Open Competition. This is not a screening information request. The FAA is not seeking or accepting unsolicited proposals. Since this is for information and planning purposes, no evaluation letters or results will be issued to respondents. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. In order to make the above determination the FAA requires the following from interested vendors: D. HOW TO RESPOND TO THIS MARKET SURVEY Interested vendors should submit the following items in response to this Market Survey/Request for Information: 1)A one (1) page transmittal letter that includes: a.Company name and point of contact information (name, position, phone number, and company URL); b.Business size and type. Identify if your firm is a small business (for which NAICS Codes), service disabled veteran-owned small business, 8(a) certified firm or a large business; c.Recommended NAICS code for this requirement; and DUNS number d.Identification of any existing contracts with your firm under which services of this type may be ordered within the FAA or under contracts with other federal agencies. 2)A five (5) page Capabilities Statement that specifically identifies your experience in the types of services described below and in the scope of work. This document should address: a. Type of services provided by your firm; b. Size/value and type of services provided by previous contracts similar in scope. Provide specific contract numbers, contact names, addresses and email information to support claimed capabilities; c. Familiarity with the Federal Acquisition Regulation (FAR) and/or FAA AMS; and d. Number of years in business performing work relevant to the type of services described in the SOW. 3)Work Samples. Copies of two (2) reports prepared by your firm for cost and price analysis services (no page limitation). You may redact references to the company names/contract numbers as these documents may reference proprietary financial/rate information. No other information should be redacted. Samples must be for two cost/price analyses as follows: a. Cost/Price analysis performed for a competitive procurement, or b. Cost/Price analysis performed for a single source, negotiated procurement or modification proposal. Both sample reports may be of the same type, but at least one must address analysis of elements of cost (direct labor, overhead, etc.) and cost or price realism. 4)Completed Attachment 1, Business Declaration. 5)Any recommendations and/or comments on the Attachment 2, Statement of Work (SOW). Respondents are encouraged to review the SOW and provide comments. No page limitation. 6) Delivery of Submittals ALL RESPONSES, INCLUDING ATTACHMENT SUBMITTALS, MUST BE SUBMITTED BY 4:00 P.M. EASTERN TIME, 06 AUGUST 2018 TO THE FOLLOWING: CONTRACTING OFFICER: ROBERT GRABNER, Email: Robert.Grabner@faa.gov and CONTRACT SPECIALIST: KEISHA DAWKINS, Email: Keisha.Dawkins@faa.gov Electronic submittals should be in Microsoft Word (Arial font, size 12), Microsoft Excel or pdf, as applicable. Please note that the FAA e-mail server restricts mail size to 10 MB; therefore responses may have to be submitted in more than one e-mail in order to be received. In your email submission, please include MARKET SURVEY RESPONSE: Cost/Price Services in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. E. ADDITIONAL INFORMATION The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor s expense. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8 (a) or SDVOSB certification letter, if applicable. F. ATTACHMENTS: Market Survey Business Declaration Form Draft Statement of Work If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/30680 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/30680/listing.html)
- Document(s)
- Attachment
- File Name: Cost and Pricing Support Services-Market Survey (docx) (https://faaco.faa.gov/index.cfm/attachment/download/90877)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/90877
- File Name: Business Declaration form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/90879)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/90879
- File Name: SOW-Cost and Pricing Support (docx) (https://faaco.faa.gov/index.cfm/attachment/download/90878)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/90878
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Cost and Pricing Support Services-Market Survey (docx) (https://faaco.faa.gov/index.cfm/attachment/download/90877)
- Record
- SN04981877-W 20180708/180706230544-299d1f57791dd4677cca2bafb5a7d04f (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 |