Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2021 SAM #7113
SOURCES SOUGHT

99 -- FAA ASH Program Support Services

Notice Date
5/21/2021 10:51:08 AM
 
Notice Type
Sources Sought
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
FAA-ASH-Support_4
 
Response Due
6/21/2021 12:00:00 AM
 
Archive Date
06/22/2021
 
Point of Contact
Elisa Brown, Phone: 2022673610
 
E-Mail Address
elisa.brown@faa.gov
(elisa.brown@faa.gov)
 
Description
MARKET SURVEY CAPABILITY ASSESSMENT FOR THE OFFICE OF SECURITY AND HAZARDOUS MATERIALS SAFETY (ASH) This is a market survey for ASH Program Support Services.� This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses capable of providing ASH Program Support Services as described in the attached ASH Statement of Work (ASH SOW). The FAA requires the following information, limited to no more than 10 pages, from interested vendors: Capability Statement - this document should identify: Type of services provided by your firm relevant to the Statement Of Work (SOW) (Attachment A). Number of years in business, number of employees and revenue for the past 5 years. Provide your company�s CMMI Rating (Capability Maturity Model) for software development. Provide your company�s Facility Security Clearance level. Geographical areas where your company can provide services. FAA facilities or vendor facilities, if at vendor facilities, cite what State and City Do you support employees working from home (e.g., remote work) and indicate whether the rates are different, based on whether work is performed on customer site or remotely.� Be sure to explain any differences. Explain the programmatic approach you expect to take (e.g., in-house, teaming, subcontracting, etc.). Explain giving an overview of your technology capabilities as they pertain to SOW paragraphs C.4.5 and C.4.6. FAA uses both Amazon Web Services and Microsoft Azure.� Does your company have skilled or qualified personnel who can support applications using these solutions?� Provide at least one example. Which COTS Identity Management System do you use, and do you have capable personnel who can support it?� Provide at least one example. Which COTS technology do you use and support for low-code or no-code development?� Elaborate as necessary. Do you have personnel who support Microsoft and Linux-based web applications? Provide at least one example. Provide at least one example of past performance of a similar size and scope as required by the SOW paragraph C.4.� This example must be within the past 3 years.� The Offeror must describe how services similar in nature to the SOW paragraph C.4 and provide detailed explanation regarding service delivery and performance record (i.e., CPARS, Customer PPQ, etc.). The offeror must demonstrate the ability to financially manage large purchases of products, services and equipment nationwide.� Therefore, the offeror must demonstrate the ability to obtain a line of credit of at least $7 Million. As part of the 10-page limit, respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses.� This 10-page limit does not apply to anything else in this market survey (below). Respondents are also encouraged to review Attachment A to this Market Survey and provide comments. Any comment(s) the respondent wishes to provide shall be both clearly marked and fully segregated from the requirements responses listed above.� It is important to note that the government is not obligated to consider any comments received, nor will the government provide a direct response to any comment.� Interested firms are required to submit the attached Business Declaration form and a copy of their applicable SBA certification letter.� The principal North American Industry Classification System (NAICS) code for this effort is 541519 (Other Computer Related Services), with a size standard of $30 Million.�� All responses to this market survey must be received by 4:00 pm EDT June 21, 2021.� All responses should be submitted via email to: Federal Aviation Administration ATTN: Elisa Brown, FAA Contracting Officer 800 Independence Avenue, SW, Washington, DC �20591 Elisa.Brown@faa.gov The FAA is not seeking or accepting unsolicited proposals at this time.� The FAA will not pay for any information received or costs incurred in preparing the response to this market survey.� Therefore, any cost associated with the market survey submission is solely at the interested vendor�s expense.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/734b19d2524749ce9ed09eeae90c7b00/view)
 
Record
SN06010335-F 20210523/210521230109 (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.