Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SOURCES SOUGHT

R -- FAA AXE-400 Contractor Support Services

Notice Date
5/15/2024 5:33:17 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
FAAAXE-400_CONTRACTORSUPPORTSERVICES
 
Response Due
6/18/2024 1:00:00 PM
 
Archive Date
07/03/2024
 
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 NATIONAL SECURITY PROGRAMS AND INCIDENT RESPONSE (AXE) This is a market survey for AXE Command and Control Communications Program (C3) Services.� This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. Vendors will not be notified of the results of this survey or results of information submitted. The purpose of this market survey is to solicit statements of interest and capabilities from all businesses capable of providing AXE Command and Control Communications Program (C3) Services as described in the attached AXE Statement of Work (AXE SOW). The FAA requires a submittal demonstrating your strategy/capability/methodology of performance by responding to the seven (7) areas below as they relate to the Statement of Work (SOW) attached. �Your response must be a maximum 10 pages.� Use font size Times New Roman 11.� �� Capability Statement - this document should identify: Type of services provided by your firm relevant to the Statement Of Work (SOW). 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 a 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.). Give an overview of your technology capabilities as they pertain to the SOW. paragraphs. 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 1.2. �This example must be within the past 3 years.� The Offeror must describe how services are similar in nature to the SOW paragraph 1.2 and provide detailed explanation regarding service delivery and performance record (i.e., CPARS, Customer PPQ, etc.). The FAA C3 Program involves work with classified systems, facilities, and information. The Contractor must possess a Top-Secret security clearance and Sensitive Compartmented Information (SCI) eligibility as evidenced by a Cage Code in the Defense Security Service (DSS) Industrial Security Facility Database (ISFD). Does your company have personnel that meet the clearance level requirements? Provide the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. In addition to responses regarding the seven (7) areas above, respondents must provide the following business information for their company. Company Name: Address: Point of Contact: CAGE Code: DUNS Number: UEI SAM Number: Phone Number: E-mail Address: Web Page Address: Specify whether your company is a U.S. or foreign-owned firm: Identify your Company�s business size, i.e., Large, Small, Small Disadvantaged, Very Small, etc.: Identify as to whether your company is an eligible Socially Economic Disadvantage Business (SEDB (8(a)), Service-Disabled Veterans Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Women Owned Small Business (WOSB), or an Economically Women Disadvantaged Small Business (EDWOSB): Respondents must also identify a representative to support further FAA inquiries and requests for clarifications of the information provided. 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.� At this time, the nature of the competition has not been determined.� The FAA may decide to do an open competition or to set aside all or part of the procurement for eligible SEDB (8a), SDVOSB, HUBZone, WOSB, or EDWOSB businesses that are certified by the SBA for participation in the SBA's ��8(a) Program or a single source or a tiered competition. Please note that based on the FAA�s Acquisition Management System Policy at 3.2.1.2.3, the use of agency wide contract/procurement vehicles must be used to the maximum extent possible. �The responses to this announcement will be used as a determining factor regarding whether the use of an existing agency contract/procurement vehicle is appropriate. The principal North American Industry Classification System (NAICS) code for this effort is 541990, �All Other Professional, Scientific and Technical Services�, size standard - $17.0 and 541513, �Computer Facilities Management Services�, size standard - $32.5.� Responses to this market survey may result in the issuance of a Screening for Information Request (SIR) or a Directed Award (DA) to a qualified vendor. � All responses to this market survey must be received by 4:00 pm EST June 18, 2024.� All responses should be submitted via email to: Federal Aviation Administration (FAA) 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.� 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. Respondents seeking to protect intellectual property and/or confidential/proprietary information submitted in response to this announcement must clearly mark such intellectual property and or confidential and proprietary information. If such information is not so marked, the FAA will not accept liability for failure to safeguard it against open disclosure and may release the information at its sole choosing.� If a Respondent wishes to restrict the response information, Respondent must mark the title page of any submission with the following legend: �This data must not be disclosed outside the FAA and must not be duplicated, used or disclosed in whole or in part for any purpose other than to assess the response. This restriction does not limit the FAA�s right to use information contained in the response if it is obtained from another source without restriction.� Respondent must mark each sheet subsequent to the title page with the following legend: �Use or disclosure of information contained on this sheet is subject to the restriction on the title page of this RFI.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/846040d5d817424d9471b35fc0837936/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN07065873-F 20240517/240515230053 (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.