SOURCES SOUGHT
R -- FAA Sources Sought: Information Technology Innovative Procurement for Strategic Sourcing (ITIPSS)
- Notice Date
- 1/30/2020 12:44:48 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 692M15 ACQUISITION & GRANTS, AAQ600 ATLANTIC CITY NJ 08405 USA
- ZIP Code
- 08405
- Solicitation Number
- 35812
- Response Due
- 2/7/2020 2:00:00 PM
- Archive Date
- 02/22/2020
- Point of Contact
- Lisen Minetti, Phone: (609) 485-5014, Stefanie Applegate, Phone: (609) 485-4598
- E-Mail Address
-
lisen.c.minetti@faa.gov, stefanie.m.applegate@faa.gov
(lisen.c.minetti@faa.gov, stefanie.m.applegate@faa.gov)
- Description
- **Please note the FAR references cited in beta.SAM are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS)** 1.� DESCRIPTION Sources Sought Notices (herein referred to as a Request for Information, or RFI) are issued by the Federal Aviation Administration (FAA), in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1, when performing market research to determine industry interest and capabilities. The FAA is interested in the capabilities of both small and other than small businesses to perform the services and is particularly interested in the capabilities of small business and strongly encourages responses from those businesses. This RFI does not guarantee that a solicitation or procurement of any kind will be issued and it should not be construed as a commitment by the Government to enter into a contract. If a solicitation is issued, it will be announced on the Beta.SAM.Gov website. It is the prospective offeror's responsibility to monitor this site for the release of any such solicitation. 2.� BACKGROUND The Federal Aviation Administration (FAA) has a potential requirement for a competitive multiple award contract vehicle currently referred to as Information Technology Innovative Procurement for Strategic Sourcing (ITIPSS), which is anticipated to be a Contractor-provided solution to support the FAA Information & Technology Services (AIT) Organization. ITIPSS will be FAA�s leading-edge contract to acquire a full range of IT capabilities, solutions, and emerging technologies. A wide range of state-of-the art technical, administrative, management, and professional IT-related service solutions shall be provided under ITIPSS Task Order(s). 3.� OBJECTIVES This section outlines the objectives to be fulfilled under ITIPSS and provides a list of FAA/AIT needs that are illustrative of the type of work that may be procured through ITIPSS. The office is seeking sources capable of fulfilling both Objectives one (1) and two (2) with a low level of risk to the Government: 3.1������ OBJECTIVE ONE (1) ITIPSS support contractor(s) shall provide the following capabilities: 1.���� Keep up with the pace of change in emerging technologies and provide state-of-the-art solutions services. 2.���� Maintain program continuity, uninterrupted high-quality work, and the availability of required competent support service employees. 3.���� Retain existing and obtain future qualified professional employees to meet Directorate�s mission goals. 4.���� Offer employees a robust compensation package that attracts and retains the best-in-class professionals. 5.���� Provide customers with a positive experience by maintaining a professional and efficient workforce. 3.2������ OBJECTIVE TWO (2) ITIPSS support contractor(s) shall provide a wide range of state-of-the art multi-disciplinary solutions to the AIT organization. Task Order(s) will not be limited to a single subject matter solution area, but are anticipated to require one, or more, of the following: 1.������� Management solutions: a.�������� Program Management, Strategy, Enterprise Architecture and Planning b.�������� IT Service Management Implementation c.�������� Enterprise Management Framework d.�������� Concept Maturity & Technology Development (CMTD) e.�������� Disaster Recovery and Continuity of Operations (COOP) 2.������� Administrative solutions: a.�������� Office Administration b.�������� Training Support c.�������� Facilities Support: Incidental Design and Modification Support; Installation Support; Physical Security Support. d.�������� Asset Management: Local Area Network (LAN)/Wide Area Network (WAN) Systems; Data Communications Systems; Voice/Video Systems; License Management. 3.������� Technical solutions: a.�������� Software Development/Dev Sec Ops/Net Ops: Systems/Software Engineering; Software Technology Design; Development, Demonstration, and Transition; Enterprise Management Network Engineering; Web Application Design and Development; Enterprise Application Development and Support; Mobile Application Design and Development; Cloud Computing; Modeling and Simulation; Test & Evaluation (T&E). b.�������� Hardware/Software Support: Technical Documentation Support; Hardware Support; System/Software Integration and Migration; Software Defined Network Support; System Network Administration; Transmission Systems Support (both secure and non-secure transmission systems); Internet of Things (IoT) support; Machine-to-Machine (M2M) communications; Independent Verification & Validation (IV&V); Intelligence Amplification Support; Human Computer Interaction (HCI), Modeling and Simulation, Informatics Services Support; Operations and Maintenance (O&M). c.�������� Security Management Support: Cyber Security; Information Assurance; Logical Security, Assessment and Authorization Support; Security Operating Support. d.�������� XaaS: A vast number of products, tools, technologies captured by the concept of the term XaaS. Including proof of concept, design/dev, and integration for any potential XaaS (e.g. X = Software, Platform, Infrastructure, etc.). e.�������� Futuristic technology concepts: Quantum Computing, Autonomous Technology; Artificial Intelligence. 4.� LOCATION OF WORK (ANTICIPATED) Support under the anticipated contract may be performed on contractor site locations surrounding FAA facilities or on-site Government locations as follows: The Mike Monroney Aeronautical Center located in Oklahoma City, OK; the FAA Headquarters located in the Washington, D.C. metropolitan area; the William J. Hughes Technical Center located in Atlantic City, NJ. 5.� PRIOR/FUTURE ANNOUNCEMENTS All prior notices, announcements, surveys, sources sought, etc. released by the FAA for similar IT procurements of this type have no bearing on or applicability to this current FAA ITIPSS announcement and shall not be used in reference to it. Future announcements for this upcoming opportunity will be clearly identified by name or number as referenced in this announcement with any potential revisions to the name or number also clearly announced at that time if necessary. 6.� NATURE OF POSSIBLE ACQUISITION STRATEGY The acquisition strategy for the procurement has not been determined at this time; however, it is anticipated that it will be awarded as a ten (10) year Indefinite Delivery Indefinite Quantity (IDIQ) contract. FAA anticipates multiple IDIQ awards. ITIPSS is considered a high-value, mission critical acquisition. The work anticipated under this IDIQ includes the potential transition of over 100 existing contracts, spanning disparate geographical locations indicated in RFI Section 4. The results of this RFI will be used as one of the determining factors in deciding on the Agency�s acquisition strategy for the procurement. 7.� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The anticipated NAICS code for this requirement is 541519 with an applicable size standard of $30 Million. 8.� SUBMISSION RESPONSE REQUIREMENTS Interested and qualified vendors should submit a Capability Statement in response to this Request for Information. For ease in evaluating the responses, and to facilitate meaningful market research, please follow the Capability Statement instructions and include all content requirements below: A) Response Content Instructions: Responses should be concise, and compliant with the content requirements. Responses must not exceed seven (7) pages including cover pages, table of contents etc. Responses should be provided in 12-point font. Generic sale brochures, videos, and other marketing information materials are not solicited and therefore will not be reviewed. Do not submit cost or price information with the response. A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and the customer's requirements. A viable interested party shall provide relevant, applicable references to examples of previous work or solution implementations that relate to the Government�s objectives. B) Content: 1. Company and Contact Information: a)� Company Name, Physical Address, Website; b)� Contact Name, Title, Phone Number, Fax Number, and E-mail Address; c)� Organizational history brief and capabilities statement; d)� Geographic location(s) of office(s) and number of employees at each domestic and international location; e)� Current Facility Clearance Level; and, f)� Identify your Small and Disadvantaged Business socio-economic categorization(s) under the NAICS Code mentioned in the request. a.� Large Businesses- identify intentions for subcontracting, small business utilization, (and/or) potential mentor-prot�g� arrangements that may be implemented to meet this requirement. b.� Small Businesses- identify interests as a potential prime contractor (or) subcontractor. 2. Capabilities: a) �Organizational Experience: Provide a summary of your company's relevant experience in providing services of these types to an organization of similar size and complexity of the FAA, AIT organization. AIT has approximately 600 personnel that provides support to 45,225 employees across nine (9) regions, two (2) centers and a Headquarters (HQ) location. b) �Geographical Presence: Provide a list of corporate office(s) by location that may be used to support this effort. [The work locations anticipated under ITIPSS are listed in RFI Section 4.] c)� Contract Management: Provide a short description of your corporate experience, management challenges and mitigation strategies implemented, to providing support for multiple award efforts of similar size, scope and complexity to those contemplated in this RFI. [Reference RFI Section 6.]The description must include the size information (such as, period of performance, number of years, awarded dollar value, total obligated dollar amount, contract type, number of full time employees, and geographical location(s)) and scope of the previous effort. d)� Objective 1 i. Human Resources Maturity: Provide a summary of your company's ability to hire and maintain qualified staff, handle personnel issues, assemble high quality staff to fill immediate requirements and provide staff with all the necessary support and oversight. ii. Transition Management: Provide a description of your corporate experience transitioning contracts from incumbent support contractors including lessons learned, if any. e)� Objective 2: i. Technical Expertise and Workforce Attributes: Provide a summary of your company's relevant experience in providing a full range of state-of-the art IT-related technical service solutions as outlined in Objective 2 (reference RFI Section 3.2). The high-level summary should outline workforce attributes for each subject matter solution area outlined in RFI Section 3.2. The workforce attribute descriptions must include information for each solution area in which the respondent claims to have relevant expertise. Attribute descriptions may include information for each solution area, such as, the number of personnel performing work, the average experience level of personnel, the average number of years such personnel has worked for the respondent, typical personnel education levels, and more. 8.� NOTES/REMINDERS Interested companies are reminded that � a) This is not a Screening Information Request (SIR) or Request for Proposals of any kind. b) The FAA is not seeking or accepting unsolicited proposals; c) The FAA will not pay for any information received or costs incurred in preparing the response to the RFI; and, d) Any costs incurred by an interested party with the preparation of its RFI submittal is solely at the interested vendor�s expense. 9.� DELIVERY OF SUBMITTALS Respondents shall submit an electronic copy of their capability statements, via e-mail, to the Contracting Officer, Stefanie Applegate at stefanie.m.applegate@faa.gov with a copy to Lisen.C.Minetti@faa.gov. The due date and time for submission of responses is no later than February 7, 2020 at 5PM (ET). All correspondence shall be via e-mail. No evaluation letters or results will be issued to respondents in connection with this market survey except as deemed appropriate in the FAA�s sole discretion. 10.� OTHER a)� A vendor�s failure to respond to this market survey will not exclude a vendor from any future competition. b)� The FAA may request that one, some, all, or none of the respondents to this Market Survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. c)� Any information provided under this market survey is for informational purposes only. Any proprietary information submitted must be explicitly and conspicuously marked by the respondent as proprietary. If appropriately marked, such information will not be released to the public by the FAA, except as required under the Freedom of Information Act (FOIA) or any other applicable law, regulation and/or policy. The Government may transfer documents provided by a respondent to any department or agency within the Executive Branch if the information relates to matters within the organization's jurisdiction. d)� The FAA anticipates releasing a Draft SIR in 3rd quarter of FY20, at which time, an Industry Day may potentially be scheduled. Interested vendors should monitor FAACO for announcement updates until January 31, 2020.� After February 1, 2020, any updates or announcements will be posted on Beta.Sam.Gov.� AMENDMENT: Vendor�Questions and Government Responses are included as an attachment below.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8f59053a302d4543ab7d1178a55e4d20/view)
- Place of Performance
- Address: Washington, DC 20591, USA
- Zip Code: 20591
- Country: USA
- Zip Code: 20591
- Record
- SN05548541-F 20200201/200130230209 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |