SOLICITATION NOTICE
R -- PROGRAM SUPPORT SERVICES 693KA9-20-R-00001
- Notice Date
- 2/7/2020 4:17:38 PM
- Notice Type
- Solicitation
- NAICS
- 54133
—
- Contracting Office
- 693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- 693KA9-20-R-00001
- Response Due
- 4/8/2020 11:00:00 AM
- Archive Date
- 01/01/2021
- Point of Contact
- Natalie Burgess, Phone: 202 267 4039, Tim Spencer, Phone: 2022674039
- E-Mail Address
-
natalie.burgess@faa.gov, tim.spencer@faa.gov
(natalie.burgess@faa.gov, tim.spencer@faa.gov)
- Description
- Title� SIR ANNOUNCEMENT-PROGRAM SUPPORT SERVICES-693KA9-20-R-00001 Announcement Type� Request for Offer -� SIR Date Posted: 02/07/2020 Date Closed� 04/08/2020 02:00 PM EST Solicitation� #� 693KA9-20-R-00001 Contact Name / FAA Organization� Natalie Burgess /� AWA-430 Region Issuing Office� WA - FAA Headquarters (Washington, DC) Phone / Email 202-267-4039� / natalie.burgess@faa.gov Details/ Description: Set-Aside� This is a Partial small business Set-aside NAICS Code� 541330 --Engineering Services (Exception) Military and Aerospace Equipment and Military Weapons.� The size standard exception under this code for $41.5M. Procurement Method� Complex� Noncommercial Region(s) of �WA - FAA Headquarters (Washington, DC) - Performance Abstract���/ Description of services:�������� (1)The purpose of this announcement is to (1) provide the SIR for the subject requirement. The FAA intends to award multiple contracts to a mixture of small and large businesses under this screening information request (SIR) as a follow-on to FAA�s En Route Technical Assistance Support Services (ETASS) contracts. This action is required due to the expiration of the ETASS contracts on January 31, 2021. The ETASS vehicle has three incumbent contractors who support the ATO through one hundred and twenty active task orders. A primary objective of the Program Support Services (PSS) procurement is to streamline the ordering process and reduce the number of task orders. The Government intends to provide Task Orders to fund this IDIQ contract, the Program Office will then issue Work Orders (WO) against those funded Task Orders. The period of performance for this contract is seven years (or 84 months); a three-year base Options (36 months) and two 2-year Option year periods. Each Option year period represents 24 months. Milestone Tentative Dates: SIR Issued������������������ ���������� February 7, 2020������������������ ���������������������� Industry Responses to SIR���� February 26, 2020����������������������� Contract Awards���������� ��������� November 2020 1.� Incumbent Contractor(s): There are three prime contractors providing support services under the ETASS contract: Oasis Systems, LLC, contract number DTFAWA-12-D-00011; General Dynamics Information Technology, Inc., contract number DTFAWA-12-D-00012 and Science Applications International Corp., contract number DTFAWA-12-D-00013. These prime contractors provide functional area support across the PMO directories. PSS is a follow-on to EnRoute Technical Assistance Support Services (ETASS) and will support operations in the Program Management Organization (PMO) of the Federal Aviation Administration�s Air Traffic Organization (ATO). The professional and technical support services acquired under this contract will assist in achieving agency strategic goals by providing mission critical support to the following PMO Directorates: Program Control and Integration (AJM-1): Directorate�s focus areas include program control, cross- cutting analysis and integration, and special initiatives. Additionally, AJM-1 strengthens the relationships of Mission Support Services, Aviation Safety, and the NextGen organizations among other programs to ensure value for the operation and promised NextGen benefits for airspace� users. Air Traffic Systems Directorate (AJM-2): is responsible for developing, deploying and operating systems that deliver services to all segments of the NAS, including systems that support decision- making for traffic flow managers and systems that provide services directly to pilots for improved safety and efficiency. Enterprise Services Directorate (AJM-3): develops, acquires, deploys, maintains, sustains, and improves navigation, communications, weather, and aeronautical information products and services for the NAS. Surveillance Services Directorate (AJM-4): focuses on the surveillance systems that provide the complete picture for operations taking place in the National Airspace. These systems range from traditional ground based radar to more advanced GPS based positioning� systems. The PSS vehicle will also support other ATO Lines of Business (LOBs) by providing knowledgeable resources to support the FAA objectives of safe, secure, efficient, responsive air transportation system to the nation and global aviation community. PSS will replace an expiring ETASS contract that provides support services through distinct� functional areas. The core functional service areas required under the PSS scope of work include the following Functional Areas of Support: -Systems Engineering Support -Software Engineering Support -Hardware Engineering Support -Human Factors Engineering Support -Information Systems Security Support -Safety� Management� Support -Strategic Planning Support Program Management Support -Configuration Management Support Business, Financial, and Acquisition Management Support -Administrative Management Support -Training Assistance Support -Testing Support Logistics Support -Implementation Support -Facilities Support -Operational Support -Performance Data Management/Performance Analysis -Meteorological Support -Communications Support These functional areas may be grouped to support a range of technical, operational, management and administration task found in PMO�s portfolio of programs. 2. Nature of Competition: The Government's intends to conduct a single procurement to establish multiple-award, Indefinite Delivery/Indefinite Quantity (ID/IQ), type contracts. Awards to both small and large businesses are planned; the projected number of awards are not known at this time. 3. This is a Request for Proposals.� Proposals must be received by April 8, 2020, 2 pm EST.�In accordance with the instructions provided in Section L of the attached SIR/Solicitation.� The Contracting Officer is Natalie Burgess, phone (202) 267-4039. email: natalie.burgess@faa.gov.� 4.� The FAA shall respond to questions if those inquires are received by Feb 26, 2020, 2 pm EST.� Questions must be provided via email directly to the Contracting Officer at: natalie.burgess@faa.gov.� Include: Inquiry - PSS 693K29-20-R-0001 on the email subject line.� The FAA shall provide a posted response on bata.sam.gov website. The FAA response may result in Amendment to the SIR.� Sources of the questions will not be identified.�TELEPHONE QUESTIONS AND MAILED QUESTIONS WILL NOT BE ACCEPTED.� When submitting questions and comments, please refer to the specific text of the SIR. 5. The Government will not pay for any information received or for any costs incurred in response to this announcement. 6.� North American Industry Classification System (NAICS) Code 541330 � Engineering Services except Military and Aerospace Equipment and Military Weapons. The size standard exception under this code for Military and Aerospace Equipment and Military Weapons� of $41.5M currently applies. Attachments: -Solicitation 693KA9-20-R-0001 / Title - Program Support Services (PSS) SIR Section J Attachments: Attachment J001 � Labor Rate Table (excel L001E1 and L001E2 worksheets shall be made a part of the contract at post award/ access this information from excel worksheets, titled L001E1 and L001E2, in the L001 Excel Attachment) Attachment J002-Invoice Preparation Instructions Attachment J003-Quarterly PMR Briefing Template Attachment J004-Personnel Resume Template Attachment J005_Labor Category and Skill Level Description Attachment J006 Contractor Staff Onboarding and Off boarding report Attachment J007 PSS Quality Assurance Surveillance Plan Attachment J008 Contractor Tracking Report Attachment J009 Contract Status Report Attachment J010 Task Order / Work order Template Attachment J011 PSS Labor Hour Roll up-Total program (L001A shall be made a part of the contract at post award / access this attachment from excel worksheet, titled L001A, in the L001 Excel Attachment) � SIR Section L � Attachments: Attachment L001 Price Proposal Bid Model-Excel Workbook Attachment L002_ATS_ Sample Task Order Attachment L003_ES_ Sample Task Order Attachment L004_SS_ Sample Task Order Attachment L005 � Customer Past Performance Survey Attachment L006 � SBSDB Subcontracting Plan Template
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9791697a276e44f6b25eb1f6245eec4d/view)
- Place of Performance
- Address: Washington, DC 20591, USA
- Zip Code: 20591
- Country: USA
- Zip Code: 20591
- Record
- SN05554569-F 20200209/200210120629 (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 |