DOCUMENT
D -- Flight Program Aircraft Management System (FPAMS) - Attachment
- Notice Date
- 10/5/2018
- Notice Type
- Attachment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-722 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 6973GH-18-R-00097
- Response Due
- 10/19/2018
- Archive Date
- 10/19/2018
- Point of Contact
- Janice Hammonds, janice.hammonds@faa.gov, Phone: 405-954-7705
- E-Mail Address
-
Click here to email Janice Hammonds
(janice.hammonds@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- 5-Oct-2108: Uploaded questions/answers 28-Sep-2018: Contracting Officer has changed to Ms. Janice Hammonds - janice.hammonds@faa.gov. If there are any questions concerning this SIR they must be received prior to 1400 CST on 2-Oct-18. 24-Sep-2018: Past Performance Questionnaire attachment was updated to reflect a return date of October 19, 2018 2:00PM CST. **Please note: If you are viewing this announcement on FBO.gov, the announcement and/or attachments may not be accessible. Please see announcement on https://faaco.faa.gov to ensure accuracy and accessibility.** The FAA anticipates a single award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the FPAMS SIR. The anticipated award will be a 1-year basic, with four 1-year options with a maximum period of performance not to exceed 66 months. The anticipated contract CLINS will be FFP and T&M and be structured as follows: CLIN 0001 - Labor for Technical Support CLIN 0002 - Travel & Per Diem CLIN 0003 - Maintenance CLIN 0004 - Over and Above CLIN 0005 - Software CLIN structure will be consistent and sequential for each of the four option periods. REQUIREMENT BACKGROUND Flight Program Operations, Aircraft Maintenance and Engineering (AME) supports maintenance and engineering for Federal Aviation Administration (FAA) flight operations and other governmental agencies that operate aircraft across the U.S. and abroad. Aircraft based in Oklahoma City, OK; Atlantic City, N.J; Washington D.C.; Ft. Worth, TX; Atlanta, GA and Sacramento, CA. The fleet consists of 46 aircraft.Aircraft types include C-90 GTi; BE-200; BE-300; Challenger 600 Series; Lear 60; S-76a Helo; PA-31-350; BD-700. The flight hour consumption is expected to be approximately 18,000 flight hours annually. The current Inventory Logistics & Maintenance (ILM) system currently used to track aircraft maintenance requirements (i.e. scheduled maintenance, unscheduled maintenance, labor usage and tracking, sign-off history, cost tracking, and document retention). In addition, the inventory, both in stock and installed on aircraft are tracked for base and field locations; purchases and overhauls for aircraft components and interface with operational systems are a part of the logistics support required. The solution must comply with applicable Federal Aviation Regulations listed in section 1.4 and have complete solutions for all aspects of providing maintenance support for a fleet of aircraft. The replacement system will be called the Flight Program Aircraft Management Systems (FPAMS) . This award contains detailed requirements based on the operating methods in use with the current custom system. The FAA understands some of the current methods or procedures may change or vary depending on the solution. Each requirement s will be evaluated to determine of an alternate solution is compatible with our organization. Compatibility with current maintenance requirement intervals, work card management, and parts management is required. This project has a direct effect on FAA s ability to provide aircraft operations services that support the National Airspace System (NAS) safety and the flying public. 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/31558 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/6973GH-18-R-00097/listing.html)
- Document(s)
- Attachment
- File Name: 3f PWS_FPAMS_20180716 v5 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/93764)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93764
- File Name: L.2 Past Performance Questionnaire (docx) (https://faaco.faa.gov/index.cfm/attachment/download/93763)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93763
- File Name: 6973GH-18-R-00097 (FAACO) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/93762)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93762
- File Name: CDRL A003 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/93761)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93761
- File Name: CDRL A001 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/93757)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93757
- File Name: Questions-Answers (docx) (https://faaco.faa.gov/index.cfm/attachment/download/93765)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93765
- File Name: CDRL A002 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/93759)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93759
- File Name: L.1 Relevant Past Experience History (docx) (https://faaco.faa.gov/index.cfm/attachment/download/93758)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93758
- File Name: CDRL A004 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/93760)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/93760
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 3f PWS_FPAMS_20180716 v5 (docx) (https://faaco.faa.gov/index.cfm/attachment/download/93764)
- Record
- SN05117268-W 20181007/181005230429-4854c26e67e2808711a4fee446700b09 (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 |