Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2020 SAM #6875
SOURCES SOUGHT

99 -- Offshore Data Processing System (OFDPS) Hardware and Software Support - 2nd Level Engineering

Notice Date
9/23/2020 12:53:18 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
693KA7 ENROUTE & TERMINAL CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
09232020
 
Response Due
10/15/2020 1:00:00 PM
 
Archive Date
10/30/2020
 
Point of Contact
Audrey Lucas, Phone: (202) 267-0474
 
E-Mail Address
audrey.lucas@faa.gov
(audrey.lucas@faa.gov)
 
Description
This market survey is issued in accordance with FAA Acquisition Management System (AMS) paragraph 3.2.1.2.1 to obtain information necessary to determine whether adequate competition exists to conduct a competitive procurement.� This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) OR REQUEST FOR PROPOSAL (RFP). The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. The Offshore Flight Data Processing System (OFDPS) is a critical part of the NAS at the Honolulu Control Facility (ZHN/HCF) and requires continuous and safe operation without disruption. The FAA has a need to continue software, hardware maintenance and 2nd level engineering support for OFDPS equipment.� OFDPS is currently operational only at the ZHN/HCF site located in Honolulu, HI, and the OFDPS laboratories located at the FAA William J. Hughes Technical Center (WJHTC/Technical Center), Atlantic City, NJ.� OFDPS is a legacy system.� There are no training courses for OFDPS available within the FAA.� At this time there is one company known to FAA, International Business Machines (IBM), that have the experience, skills and capability to meet the on-going requirements.� OFDPS operates on IBM hardware architecture.� IBM has proprietary rights to the OFDPS hardware and microcode.� Due to the critical nature of OFDPS to the NAS, interested vendors must demonstrate their capability to continue maintenance on OFDPS without any disruptions or shutdowns.����� The FAA planned period of performance will be for a 12 month base period, including five (5) �one (1) year options, for a total estimated period of performance not to exceed six (6) years. The current OFDPS Sustainment contract, DTFAWA-16-C-00048, was awarded to IBM. The contract period of performance expires on September 28, 2021.� Interested vendors must demonstrate hands-on OFDPS experience, including a qualified staff that can continue maintaining OFDPS without any disruptions. �Vendors must also be able to confirm experience with OFDPS hardware and software maintenance service without any need for �ramp-up� time. Vendors that believe they can meet the FAA's requirements must submit a response that identifies, describes, and substantiates that the vendor has the skill sets, qualifications and company resources required to perform OFDPS sustainment, including software, hardware maintenance, and engineering support services (See Attached Statement of Work (SOW). The vendor must also demonstrate hands-on experience with the FAA OFDPS as follows:��� Experience in FAA OFDPS Jovial and HLASM (High Level Assembler) programming languages. Specialized experience in design, development, analysis and implementation of FAA Air Traffic control software in the OFDPS system with particular emphasis on the Monitor subsystem. Engineering experience to support both hardware and software installation at the FAA OFDPS site. Specialized experience in use of the following OFDPS specific support tools used for building systems, data reduction and creating simulation scenarios: UNTE � Operational System Edit Subprogram ACES � Adaptation Controlled Environment System ACEUTE - ACES Utility System DART - Data Analysis Reduction Tool ULR - Recording Data Processor Subprogram NASCORE - NAS Core Tape Reduction and Analysis Program Specialized experience in FAA En Route and Second Level Engineering documentation and configuration management policies and procedures for the FAA OFDPS. Specialized experience with FAA OFDPS IBM hardware infrastructure maintenance including either contractual agreement with IBM or written permission from IBM to maintain proprietary hardware and microcode.� � Provide detailed evidence of an agreement with IBM�s permission to perform maintenance on OFDPS IBM hardware and microcode.� Statements that rights will be obtained are not acceptable.� � Vendors responding to this market survey must address each item in sequence, providing specific details demonstrating its capabilities to perform OFDPS hardware, software and engineering supports services, availability of resources, length of experience, etc. Responses must be limited to no more than ten (10) pages.� All pages for the submissions must conform to the following format: �Minimum 10 point-font, 8.5 X 11 size paper, one (1) inch margins, single sided, no foldouts. Responses to this market survey will be used for informational purposes only and must not be construed as a commitment or a promise to contract by the Government.� The FAA will not pay for any information received or costs incurred in preparing the response to the market survey.� Any costs associated with the market survey submittal are solely at the vendor�s expense.� This is a Market Survey announcement, Request for Qualifications, there will be no evaluation letters and/or results issued to the respondents Interested vendors must provide responses electronically to the Audrey Lucas, Contracting Officer, via email at Audrey.lucas@faa.gov. �All responses must be received on 10/15/2020, not later than 4:00 PM Eastern Time.� Submission must be in either Microsoft Word (*.doc) or portable document file (*.pdf) formats.� Responses will not be returned.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e3a851f7b0d94752b76126df91231eaa/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05809120-F 20200925/200923230221 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.