Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2022 SAM #7499
SOURCES SOUGHT

R -- TERPS/Instrument Procedure Development

Notice Date
6/10/2022 1:02:14 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
PANMCC22P0000010052
 
Response Due
6/28/2022 11:00:00 AM
 
Point of Contact
Tawanna Davis, Phone: 7038064484
 
E-Mail Address
wealthy.t.davis.civ@army.mil
(wealthy.t.davis.civ@army.mil)
 
Description
THIS IS A Sources Sought Notice Only:� The U.S. Government desires to procure support for the resourcing and policy development of Army airfields and Heliports (AAF/AHPs) and the development and maintenance of Army instrument flight procedures. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Government wide Point of Entry.� It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is/are:� 541611 Administrative Management and General Management Consulting Services The Contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to perform Army AAF/AHP resource integration sustainment support and Army Instrument Flight Procedure (IFP) development support as defined in this Performance Work Statement except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract. 1.3.1 To manage the changing requirements of force modernization, the Contractor shall provide services to support USAASA in developing and validating policies and procedures associated with AAF/AHPs worldwide IAW the regulations. �The Contractor shall support the technical and procedural development of AAF/AHPs policies and procedures; provide expertise to support AAF/AHP and airspace programs; assess, analyze, and integrate QAAF MDEP requirements; assist with developing, documenting, and reviewing operational procedures and information. 1.3.2 The Contractor shall support USAASA Instrument Procedure (IP) Branch in its efforts to convert and transfer all FAA developed instrument flight procedure to Army holdings utilizing the Global Procedure Design (GPD) software. They must comply with FAA, NGA, ICAO regulations unless otherwise waivered. Currently, the FAA maintains over 1,300 instrument procedures for Army. Each procedure will be converted and maintain in GPD IAW the USAASA SOP�s. The Contractor will evaluate, review, and maintain FTIP for publication in DOD FLIP or compliance reviews. They will provide documentation for publication and coordinate flight inspection(s). This will include providing validated aeronautical navigation data in the digital flight management systems; automation support and services to measure and monitor performance within the entire data chain from origin to publication. USAASA�s IP Branch is responsible for the approval and distribution all contract developed instrument procedures. 1.3.3 At the start of the period of performance the Contractor shall provide a Site Lead per paragraph 1.5.19.1, that duties are combined with one of the senior support specialist positions. One (1) Senior Aviation Airfield Support Specialist; one (1) Aviation Airfield Support Specialist; four (4) Senior TERPS Support Specialist; nine and a half (9.5) TERPS Support Specialist (4) must be fully certified in U.S. TERPS, PANS-OPS criteria and certified in GPD software design); two (2) Junior TERPS Support Specialist; and one (1) Aeronautical Data Specialist; Contractor will ensure and validate to Government a minimum of nine (9) TERPS Support Specialists, (Senior through Junior) are trained in PANS-OPS criteria by the end of the Base year. 1.4 Period of Performance. The period of performance shall be for one (1) base period of 12 months (inclusive of 30-day phase-in period), four (4) 12-month option periods and FAR Clause 52.217-8 6-month extension. The period of performance reads as follows: Base Period: 27 November 2022 to 26 November 2023 Option Period 1: 27 November 2023 to 26 November 2024 Option Period 2: 27 November 2024 to 26 November 2025 Option Period 3: 27 November 2025 to 26 November2026 Option Period 4: 27 November 2026 to 26 November 2027 52.217-8 Extension: 27 November 2027 to 26 May 2027 1.5.5 Place of Performance. Support in resourcing and policy development for AAF/AHPs and developing and maintaining instrument procedures shall be performed at Fort Belvoir VA and alternate sites that are mutually agreed on by both the Contracting Officer and Contractor. 1.5.6 Type of Contract. The Government anticipates the award of a firm-fixed price contract. 1.5.12 Special Qualifications. The following special qualifications are required for the contractor to meet the tasks contained in this PWS: � TERPS Support Specialist-FAA or military school trained and certified in instrument flight procedures development and design. � Trained and certified on Global Procedures Design (GPD) software. � Trained and certified in Procedures for Air Navigation Services � Aircraft Operations (PANS-OPS). � Additional training not listed maybe required for specific task. 1.5.19.2 Contract Support. 1.5.19.2.1 Senior Aviation Airfield Support Specialist (specializing in Aviation, ATC, Airfield Policies, and Resources Development) 1.5.19.2.1.1 Aviation Airfield Support Specialist (specializing in Aviation, ATC, and Airfield Policies and Resources Development). 1.5.19.2.2 Senior TERPS Support Specialist (specializing in the Quality Assurance in the Development of Instrument Flight Procedures). 1.5.19.2.3 TERPS Support Specialist (specializing in Development of Instrument Flight Procedures). 1.5.19.2.4 Junior TERPS Support Specialist (specializing in Development of Instrument Flight Procedures). 1.5.19.3 Aeronautical Data Information Specialist (specializing in Maintaining Aeronautical Data). Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Tawanna Davis, at wealthy.t.davis.civ@army.mil no later than Jun 28, 2022 04:00 PM EST (Fort Belvoir local time). In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 4.� Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6dae83ab36ec42e1bc9bffe2975eb6e2/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN06355133-F 20220612/220610230106 (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.