SOURCES SOUGHT
R -- Oceanic Data Link Telecommunications System/Service
- Notice Date
- 11/16/2020 5:49:56 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 693KA7 ENROUTE & TERMINAL CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- DTFAWA-20-R-00017
- Response Due
- 12/30/2020 12:00:00 PM
- Archive Date
- 01/14/2021
- Point of Contact
- Osita Umeh, Phone: 410 978 7435, Fax: 202 267 1283, Raj Krisnapillay, Phone: 571 274 9068, Fax: 202 267 1283
- E-Mail Address
-
osita.umeh@faa.gov, raj.krisnapillay@faa.gov
(osita.umeh@faa.gov, raj.krisnapillay@faa.gov)
- Description
- This announcement is a market survey for Oceanic Data Link (ODL) Telecommunications System/Service. The response to this market survey will be used for informational purposes only and is not a screening information request or request for proposal of any kind. The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any costs associated with the market survey submission is solely at the interested vendor's expense. In order to compete for this effort and to avoid the risk of disruption to ODL critical services, all interested parties must have an existing system that is fully capable of meeting FAA's immediate requirements, detail their capability of performing all aspects of the ODL contract tasks starting on September 25, 2021, and must show their ability to overcome all challenges, such as the data rights, or provide alternate solutions. The ODL Telecommunications System/Service consists of routing and delivery of messages used in the provision of Air Traffic Control (ATC) services, which originate from and are addressed to FAA ATC automation systems. This service must be provided to the New York, Oakland and Anchorage Air Route Traffic Control Centers (ARTCCs), the William J. Hughes Technical Center (WJHTC). The servcice supports Advanced Technologies and Oceanic Procedures (ATOP), Flight Data Processor (FDP2000) system, and Future Air Navigation System (FANS 1/A) aircraft. The FAA is seeking interested sources that are capable of providing: Message Routing and Delivery service and Network Access for ODL Telecommunications System/Service using Common Message Handling Protocol (CMHP)/TCP/IP. Vendors must demonstrate that they have the following capabilities/knowledge: - Hardware (HW) and Software (SW) equipment/infrastructure including satellite network service for an OIDL Telecommunications � system/service. -�Engineering and Maintenance services for ODL equipment. - Provide technical support for Interface Testing of the ATOP and FDP2000 systems. - Knowledge of the existing ODL FAA system interfaces. The requirement also may include Task Order capabilities for Engineering and Techniucal Support service for assisting any HW or SW Architecture and Information System Security modifications. This activity would be ordered on an as needed basis utilizing the Time and Materials Contract Line Item (CLIN). The estimated value �for this requirement is $500,000 to $800,000. At this time the nature of the competition has not been determined. The FAA may decide to conduct a full and open compoetition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA's Section 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabiulities from large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms that are capable of providing ODL Telecommunications System/Service. This market survey is also being conducted in order to obtain the the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The principal North American Industry Classification System (NAICS) code for this effort�is 541990, witha size standard of $7.0 million. Attached is a draft copy of the Statement of Work (SOW). Respondents are encouraged to review the SOW and provide comments. Interested parties are required to: 1. Email their capabilities/knowledge summary not to exceed eight (8) pages, and 2. Completed Business Declaration Form� 3 Email to osita.umeh@faa.gov and raj.krisnapillay@faa.gov All pages for the submission must conform to the following format: minimum 10 point font, 1 inch margins, single sided, no fold outs, and be on 8.5 X 11 size paper�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8ac262012aee413f9405cc01935b145b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05854105-F 20201118/201116230141 (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 |